Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
20-029 - KPG, P.S. - 2020 Small Drainage Program
\ o 111, 190 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 20-029(c) Council Approval N/A CONTRACT FOR SERVICES Amendment #3 Between the City of Tukwila and KPG That portion of Contract No.20-029 between the City of Tukwila and KPG is hereby amended as follows: Section 03 — Duration of Agreement: This Agreement shall be in full force and effect for a period commencing upon execution and ending June 30, 2022, 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 June 30, 2022, unless an extension of such time is granted in writing by the City. All other provisions of the contract shall remain in full force and effect. Dated this 29th CITY OF TUKWILA HP day of November 2021. Allan Ekberg, Mayor 11/29/2021 CONTRACTOR KPG 3131 Elliott Ave Suite 400 Seattle, WA 98121 (We(0-0/0-1, �21.217d-• Key: ecSOlfcec0332771,12ealbc,030,95a3 Printed Name: ATTEST/AUTHENTICATED APPROVED AS TO FORM Christy O'Flaherty, MMC, City Clerk Office of the City Attorney CA Reviewed May 2020 Page 1 of 1 City of Tukwila 6200 Southeenter Boulevard, Tukwila WA 98188 Agreement Number:20-029(b) Council Approval 12/7/20 CONTRACT FOR SERVICES Amendment #2 Between the City of Tukwila and KPG, P.S. That portion of Contract No. 20-029 between the City of Tukwila and KPG, P.S. is hereby amended as follows: Article 2, Scope of Services, shall be supplemented with the following: The Consultant agrees to provide design and construction services in accordance with the scope of work included as Exhibit A-1. Article 3 - Duration of Agreement; Time for Performance shall be modified as follows: This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2021, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December 31, 2021 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-1, attached hereto, provided that the total amount of payment to the Consultant for this work not exceed $248,966.00 without express written modification of the Agreement signed by the City. The new total contract shall not exceed $359,820.00 without express written modification of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. Dated this 16th day of December , 20 20 CITY OF TUKWILA CONTRACTOR C.--icuL��9 Allan Ekberg, Mayor 12/16/2020 Printed Name: Nelson Davis, KPG, P.S. ATTEST/AUTHENTICATED APPROVED AS TO FORM C $attd Christy O'Flaherty, MMC, City Clerk Office of the City Attorney CA Revised December 2016 / e1 /6,AvAt-S Page 1 of 1 EXHIBIT A-1 Design Services Scope of Work October 2020 City of Tukwila 2020-2021 Small Drainage Program City Project Number: 92041201 KPG Project Number: 20025 ROJECT DESCRIPTION The Consultant shall prepare final Plans, Specifications and Estimates for the 2020-2021 Small Drainage Program. The project will include the following sites: Site 7: S 16eh En @ 51s' Ave S Install new storm drain structure at center of existing 12" Concrete pipe to provide accessfor City maintenance. In addition, install approximately 140 LF of 12 CIPP liner to correct root intrusion and tninor damage that has been discovered through City Maintenance videos. Pipe repair locations will be identified and included in design improvements based on City provided video inspections. The existing termination catch basins structures will be inspectedfor any necesyary repairs or upgi-ades. Site 8: Thorndyke CIPP Install approximately 280 LF of 24" CIPP liner to correct root intrusion and minor damage that has been discovered through City Maintenance videos. Pipe repair locations will be identified and included in design improvements based on City provided video inspections. Termination of point of conveyance run is located at the Thorndyke Elementary School, The other termination point is within existing City Easement, Sites 9: 49'h Ave S from S 124th St to S 122' St Drainage System Install storm dram system approximately 760 LF starting from the northside of S 124th St and traveling down 49th Ave S to tie -into the existing system along S 122r'd St. The Consultant shall provide necessary surveying, project design, quantity and cost estimates, and utility coordination required to complete final bid documents. It is anticipated that sites will be bid as a single bid package along with up to six sites currently under design for the 2020-2021 Small Drainage Program as budget or other considerations allow. The Consultant shall provide surveyed base maps with horizontal utility locations, or base maps created from field measurements, ortho-photography, and GIS data as necessary for each site as described below, If necessary, surveyed base maps wili include right-of-way line work based on available public records. Project horizontal and vertical datum will be NAD83/201.1 and N.AVD88 respectively on all sites. The Consultant shall prepare an easement document, legal description, and an exhibit for Site 7. The City will perform negotiations to obtain signature and record the easement. It is the Consultants understanding that, Sites 7,8&9 do not require SEPA checklist, HPA application, Special Permissions Permit, biological assessments, wetland delineations, detention facilities, or water City of Tukwila KPG, 2020-2021 Small Drainage Program KPG Project Number 20025 Design Se Tyke s Page I of 4 October 2020 EXHIBIT A-1 quality treatment facilities, The budget assumes a straightforward approval process with no special studies or extensive coordination. It is the Consultants understanding that aside from the proposed Site 7 maintenance access easement, all work will be completed within City right of way, existing easements, and/or approved right of entry, and no further easement acquisition is anticipated. It is the Consultants understanding that the City will secure right of entry and temporary access for work at Site 8 for entrance onto the Thorndyke Elementary School property. It is assumed this work will be completed during daytime working hours and a noise variance permit will not be required. SCOPE OF WORK TASK 1 — 2021 Small Drainage Program Design 1.1 MANAGEMENT/COORDINATION/ADMINISTRATION • The Consultant shall provide continuous project management and administration for the duration of the Project. (Estimate 8 months), • Hold project coordination meetings with the City to update progress and review submittals. Assume (3) meetings. • The Consultant shall provide monthly status reports and billings. • The Consultant shall provide independent QA/QC reviews by senior in-house staff of all deliverables prior to submittal to the City. 1.2 The Consultant shall prepare a topographic base map along Site 7 where drainage structure will be installed and there is absence of City GIS data. Utility Locates will be called and marked and existing storm network mapped. Aerial base maps and City GIS data will be utilized for Site 8. The Consultant shall prepare a topographic base map for Site 9. 13 For Site 7, the Consultant shall prepare 50% and 90% plans for review and approval by the City. IJ .4 For Site 7, based on approved 50% preliminary design layout, the Consultant shall prepare necessary easement and legal descriptions to acquire maintenance access to existing City utility easement. The City will review the project and easement needs to obtain approval from the property owner. The Consultant shall make necessary revisions to design based on easement conditions negotiated between the City and property owner and include the final design into the Bid Documents, Deliverables o Legal Description and figure(s) for City Maintenance Access Easement (assume four (4) private parce)s.) (pdf). 1.5 For Site 8, the Consultant shall prepare 50% and 90% plans for review and approval by the City using aerial mapping and GIS data provided by the City. Each structure will be reviewed in the field to note general size, type, and depth of structures which will require access for CIPP lining. These City of Tukwila 2020-2021 Small Drainage Program Design Services Page 2 of 4 KPG, P.S. KPG Project Number 20025 October 2020 EXHIBIT A-1 observations will be made from the surface, no survey or manned entry into drainage structures will be performed. The City shall provide video inspection for each pipe segment to receive CBPP lining. 1.6 For Site 9, the Consultant shall prepare 50% and 90% plans for review and approval by the City. 1.7 The Consultant shall prepare Contract Specifications per 2021 WSDOT Standard Specifications for the 90% Review Submittal and the Bid Documents. 1.8 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction Cost for each review submittal and the Bid Documents, 1,9 The Consultant shall distribute 50% review submittals to franchise utility owners to identify potential conflicts within the Project limits. The Consultant shall meet and coordinate with the franchise utilities with facilities located within the limits of the project. The coordination will include relocation of existing utilities. (estimate 2 meetings) 1.10 The Consultant shall prepare final Bid Documents for advertisement and award by the City for the proposed improvements including the following: o Plans shall be prepared with such provisions in such detail as to permit field layout and construction within a degree of accuracy acceptable to the City and per industry standards. o Details will be prepared for items not available as standard details from the City, State, or WSDOT standard drawings. o The plans shall illustrate complete details of construction of the proposed improvements including limits of construction and removals, proposed invert elevations, rim elevations and required construction materials. o Drainage designs will be determined through consultation with City staff and from previous experience rather than detailed basin modeling. 1.11 The Consultant shall provide bid period services to include responses to bidder inquiries, preparation of addenda (assume 2), attendance at bid opening, preparation of bid tabulation, and recommendation to award or reject the apparent low bidder. The budget assumes a straightforward review process with the low bidder receiving the contract award. Assumptions o No federal funding is anticipated for the Project engineering or construction. o No utility upgrades are anticipated in the project design. o Drainage & Water Quality Reports will not be required. o Geotechnical Engineering services will not be required except as identified in Task 1.12. o Environmental Documentation will not be required. o Potholing of existing underground utilities will be performed by the utility owner. o All casement negotiations and approval from property owner will be through the City. o Any fees for BXWA.com will be paid by the City. City of Tukwila 2020-2021 Small Drainage Program Design Services Page 3 0,1 KPG Project Namber 20025 October 2020. EX BIT A-1 Deliverables o 50% review submittal with Plans and Estimate (pdf). o 90% review submittal with Plans, Specifications, and Estimate (4 sets + pdf). o Bid Documents and Engineer's Estimate (6 sets 1/2 size plans, specs, and estimate) o Coordinate upload of Plans and Specifications to Builders Exchange. 1.12 The Consultant shall support a Geotechnical Subconsultant to perform a :site reconnaissance to observe existing conditions and surficial indications of slope stability to support classification of the geologic hazards and to evaluate impacted of the proposed project on slope stability at the previously mapped 13601 40th Ave S Site referred to as (Site 1) in the original 2020 Small Drainage Program Contract. Per the City of Tukwila Municipal Code Chapter 18.45, the Subconsultant will review and provide recommendations to support the geologic critical areas assessment and geotechnical recommendations for pipe design and installation. In addition, the Subconsultant shall collect samples for characterization of arsenic and lead concentrations in surficial soil that has been impacted by the TSP. Assumptions o Project within Category 2 and 3 Soil Classification that requires Memo to satisfy City Municipal Code Requirements. o Project has anticipated tree removal that will require critical area assessment to satisfy City Requirements. Deliverables o Geotechnical memorandum summarizing the results of arsenic and lead testing. (pdf). o Draft and final report summarizing the results of :subsurface explorations, a geologic critical areas assessment, and geotechnical recommendations to support design and construction of the new storm drainpipe. (pdf). Additional Services The City of Tukwila may require other services of the consultant. These services could include additional design, right of way, utility potholing, environmental documentation, construction phase services, or other work tasks not included in the scope of work. At the time these services are required, the Consultant will provide the City with a detailed scope of work and an hour and fee estimate. The Consultant will not proceed with the work until the City has authorized the work and issued a Notice to Proceed. City 4'1 Tukwila 2020-2021 Small Drainage Program Design Services Page 4 of KPG, KPG Project Number 20025 October 2020 EXHIBIT A-1 Construction Management Services Scope of Work October 2020 City of Tukwila 2020-2021 Small Drainage Program City Project Number: 92041201 KPG Project Number: 20025 KPG, PS, (KPG) will provide construction management services for the construction contract to complete the City of Tukwila 2020-2021 Small Drainage Program project. The proposed work includes: Site 1: 13601 40" Ave S Drainage System Replace and install new storm drain system approximately 90' of 18" CMP and 80of 12" concrete pipe along with three drainage structures, Tie into the existing system at 40th Ave S. This site requires SEPA and City of Tukwila Special Permissions Permit with project limits within Type 3 Watercourse Buffer. Site 2: Klickitat Dr, @ 5,3 Ave S Drainage System Replace and install new storm drain system approximately180" of 18" CMP. Tie into the existing system along Klickitat Dr. This site requires HPA. SEPA and City of Tukwila Special Permissions Permit with project limits within Type 3 Watercourse Buffer. Site 3: S 124th St from 42' Ave to 45"1 Ave Drainage System install storm drain system approximately 750 'on the northside of S 124" St. Tie into the existing system. Site 4: 57' Ave S @ Golden Nugget Drainage Structure Bring Type II Manhole up to grade by removing approximately 8' of existing 24" riser rings. Add 48" barrel sections and new manhole ring and cover. Site 5: 42' Ave S Drainage Structure Install a new drainage structure with bird cage inlet to reduce plugging and overflows onto 42" Ave S. This site requires an HPA and SEPA. Site 6: 48' Ave S from 5 124th St to S 122' St Drainage System Install storm dram system approximately 820' starting the northside oJ S 120 St and down 48th Ave S, Tie into the existing system along 5 122d S,. Site 7: S l&&"Ln @ 51' Ave S — Seatac, WA Install new storm drain structure al center of existing 12" Concrete pipe to provide accesslor City maintenance. in addition, install approxilnately 140' of 12"CIPP liner to correct root intrusion and minor damage that has been discovered through City Maintenance videos. Pipe repair locations will be identified and included in design improvements. The existing termination catch basins structures will be inspected for any necessaryreptiles or upgrades. City of Tukwila 2020-2021 Small Drainage Program Construction Management Services Page 1 of 8 KPG, KPG Project Number 20025 October 2020 EXHIBIT A-1, Site 8: Thorndyke CIPP Install approximately 280'of 24" CIPP liner to correct root intrusion and minor damage that has been discovered through City Maintenance videos. Pipe repair locations will be identified and included in design improvements. Sites 9: 49th Ave S from S 124th St to S 122d St Drainage System Install storm drain system approximately 760' starting from the northside of S 124Ih Si and traveling down 49th Ave S to tie -into the existing system along S 122' St. A detailed scope for the Contract follows' I. INTRODUCTION The following scope of services and associated costs are based upon the assumptions outlined below. General Assumptions: The level of service and tee is based on project duration of 90 working days: The proposed project team will include a part time Resident Engineer (20 hours a week) from the Consultant for construction administration documentation and project support, one full time Construction inspector, and certified payroll admin (4 hours a week), and one part time Project Engineer from KPG Design Team to review submittals and interpret Contractor inquiries as needed. The Team also includes sub -consultant to provide services for materials testing and construction site observation to satisfy Tukwila Municipal Codes for work within certain soil classifications. City will review and execute the insurance, bonds, and the Construction Contract. Consultant will coordinate during audits or traffic control operations related to project impacts and help the City to complete any other required correspondence with outside agencies. The City will work with the Contractor to conduct all community outreach in relation to phasing and direct impacts due to construction. The City's Contractor shall be responsible for the communication to the community on schedule arid work activities, KPG design engineers will be available during construction to answer questions and review RAM's, shop drawings, and answer RFI's. Consultant services will be performed in accordance with the WSDOT Construction Manual, Contract plans & special provisions, and City of Tukwila engineering standards. The franchise Utilities will provide field inspection for all work surrounding the construction or relocation of their utility systems if necessary. Coordination of construction with franchise utilities, if any, will be done by City Contractor. Consultant will help facilitate coordination between utilities and Contractor as needed or requested by City. City of Tukwila 2020-2021 Small DrainageProgram Construction Management Services Page 2 of 8 KPG, KPG Project Number 20025 October 2020 EXHIBIT A-1 H. SCOPE OF WORK The objective and purpose of this Construction Management Services Agreement is for the Consultant to successfully deliver the construction of the Project to the City by ensuring that the improvements are constructed in accordance with the approved Plans and Specifications, as may be amended or revised, that all of the required !moject documentation is accounted for, and ultimately that the City of Tukwila receives a successful review by any outside agency including state audits at the end of the Project. TASK 1— MANAGEMENT / COORDINATION /ADMINISTRATION Provide overall project management„ coordination with the City, monthly progress .reports„ 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 to be used during construction. 1.2 Review monthly expenditures and CM team scope activities. Prepare and submit monthly project progress reports to the City along with invoices describing CM services provided each month. Prepare and submit reporting required by funding source(s), if any. Deliverables: • Monthly invoices and progress reports TASK 2 — PRECONSTRUCTION SERVICES 2.1 Preconstruction Conference: KPG will prepare an agenda for, distribute notices of, and conduct a preconstruction conference in the City's offices or via an on-line platform ofthe City's choice. The Consultant's team will attend the preconstruction conference. Pertinent City staff and private utilities will also be present at this meeting. KPG will prepare a written record of the meeting and distribute copies of the minutes to all attendees and affected agencies, staff, etc. At the Pre -construction conference, the Consultant shall help facilitate discussions with the Contractor concerning the plans, specifications, schedules, pay estimate timelines and cutoff dates, issues with utilities, any unusual conditions, State and local requirements and any other items that will result in better project understanding among the parties involved. 2.2 Preconstruction Photos: KPG's inspector will arrive on site prior to City Contractor mobilizing on site to take preconstruction photographs for documentation of pre-existing conditions. 2.3 Review Plans and Specs: The Consultant team will familiarize themselves with all plans, specs, and City standards that will be incorporated into this project, 2.4 Prepare Hard and Electronic Files: The Consultant will prepare all electronic and hard copy files in preparation for the project. This includes pre -populating forms and pay estimate as coordinated with the City. SharePoint will not be utilized on this contract. C of Tu kw ila 2020-2021 Small Drainage Program Construction Management Services Page 3 48 KPG, P.S. KPG Project Number 20025 October 2020 EXHIBIT Al Deliverables: • Preconstruction conference meeting minutes • Pre -construction Photos TASK 3— CONSTRUCTION SERVICES - YIELD 3.1 Construction Observation: The Consultant will provide one (1) inspector during construction activities and other tasks necessary to monitor the progress of the work. The Inspector will ensure that the daily inspection reports and working days reporting are completed in a timely manner and contain sufficient information to assess whether the work is being conducted in compliance with the Contract Documents per City, WSDOT,. Consultant will make IDR' s available, to the City by Friday of the same work week upon request. The Inspector may perform the following duties as a matter of his daily activities: Observe technical conduct of the construction, including providing day-to-day contact with construction contractor, City, utilities, and other stakeholders, and monitor for adherence to the Contract Documents. The Consultant's personnel will act in accordance with Sections I -05. l and 1-05.2 of the WSDOT Standard Specifications. ii. Observe material, workmanship, and construction areas for compliance with the Contract Documents and applicable codes, and notify construction contractor of noncompliance. Advise the City of any non -conforming work observed. iii. Document all material delivered to the job site in accordance with the Contract Documents. iv. Prepare daily inspection reports, recording the construction contractor's operations as actually observed by the Consultant; includes quantities of work placed that day, contractor's equipment and crews, and other pertinent information. v. Interpret Contract Documents in coordination with the City, Contractor, and KPG. vi. Resolve questions which may arise as to the quality and acceptability of material furnished, work perfomied, and rate of progress of work performed by the construction contractor, vii. Support the Contractor's communication and responsibilities to answer questions from property owners and the general public as needed. viii. Monitor compliance of approved permits per the project specifications, if applicable„ ix. Prepare field records and documents to ensure the Project is administered in accordance with the plans and specifications. x. Collect and calculate delivery tickets and scaleman's daily reports of aggregate. All tickets will be initialed with correct bid item and stationing identified (Construction Manual 10- 2). xi. Attend and actively participate in regular on-site weekly construction meetings. xii. Take digital photographs during the course of construction, and record locations. xiii. Punch list. Upon substantial completion of work, coordinate with the Client and affected agencies, to prepare a 'punch list' of items to he completed or corrected. Coordinate final inspection with those agencies. City of Tukwila 2020-2021 Small Drainage Program Construction Management Services Page 4 of8 KPG, P.S. KPG Project Number 2002.5 October 2020 EXHIBIT A-11 Assumptions; Consultant will provide observation services for the days/hours that the contractor's personnel are on-site. Assumption is Client's Contractor shall work normal 40 -hour work weeks. For this project the normal" work week may occur at night, KPG does not differentiate day shift from night shift. However, if the City's Contractor works a double shift (both day and night) within a single 24-hour period this will constitute two working days. Consultant's hours for inspection are based on one shift for number of working days allowed per Contract. Assumption is if Contractor is working at multiple sites within the City of Tukwila, the Consultant will split their time at the multiple locations and prioritize what location to be at for observation. The Consultant's monitoring of the construction contractor's activities is to ascertain whether or not they are performing the work in accordance with the Contract Documents; in case of noncompliance, Consultant will reject non -conforming work, and pursue the other remedies in the interests of the client, as detailed in the Contract Documents. 3.2 Material Testing — Coordination & Tracking: The inspector shall coordinate with the Contractor and the material testing firm to schedule testing of materials in the field to ensure they meet specifications per contract requirements_ 3.3 Substantial Completion: Upon substantial completion of work, the Consultant shall issue a punch list and coordinate with the City's contractor to complete any deficiencies. Upon completion of the punch list work the Consultant will draft the Certificate of Substantial Compietion for final review and issuance by the City. Deliverables: • Daily Construction Reports with project photos • Punch List — Consultant to issue punch list, City to Review Certificate of Substantial Completion — Consultant to draft, City to Issue • Review test reports for compliance TASK 4— CONSTRUCTION SERVICES — OFFICE 4.1 Document Control. Original documentation will be housed at the Consultant's office and filed in accordance with standard filing protocol. Document Control will consist of the following: • Final Estimate • Affidavit of Wages Paid • Release for the Protection of Property Owners and General Contractor City of Tukwila 2020-2021 Small Drainage Program Construction Management Services Page 5 of KPG, KPG Project Number 20025 October 2020 EXHIBIT A-1 Certified Payroll (see 4.8 below). 4.2 Project Coordination: Liaison with City, construction Contractor, engineer, utilities and property owners on a regular basis to discuss project issues and status. 4.3 Plan Interpretations: Provide technical interpretations of the drawings, specifications, and Contract Documents, and evaluate requested deviations from the approved design or specifications. Coordinate with City for resolution of issues involving scope, schedule, andlor budget changes. 4.4 Weekly Meetings: Consultant will lead weekly meetings. Consultant will prepare agenda for City review and distribute meeting minutes to attendees. Outstanding issues to be tracked on a weekly basis, Weekly Statement of Working Days will be reviewed/accepted by Contractor during the Weekly Meeting. 4.5 Schedule Review: Consultant shall perform review of initial Contractor provided CPM for conformance with the Contract Documents. Any discrepancies, conflicts or unreasonable work durations will be brought to the attention of the Contactor and City. Consultant will provide one (1) intermediate review of Contractor's updated schedule and compare with field -observed progress and duration of the project. 4.6 Lump Sum Breakdown: Consultant shall evaluate construction Contractors' Schedule of Values for lump sum items. Review the Contract Price allocations and verify that such allocations are made in accordance with the requirements of the Contract Documents. Lump Sum Breakdowns for payment each month will be calculated. 4.7 Monthly Pay Requests: Consultant shall prepare monthly requests for Contractor payment based on field note records prepared by Consultant field inspector in accordance with contract documents. 4.8 Certified Payroll: The Consultant will process and check the Contractor and Subcontractor's certified payroll per State Prevailing Wage Requirements Tracking of payroll shall consist of recording each payroll received from the Prirne and Subcontractors and checking pay rates against Contract requirements. Any discrepancies will be brought to the Contractor and City. 4.9 Weekly Statement of Working Days: Consultant shall prepare, and issue weekly statement of working day report each week to the Contractor and City for review and approval. Weekly statement of working days will be based on field inspection reports provided by Consultant. 4.10 Subcontractor Documentation: Process / approve all required subcontractor documentation. Request to Sublets will he verified and logged. This includes checking System Award Management System (SAMS), verifying business licensing, reviewing insurance documentation, verifying city business licensing, Intent to Pay Prevailing Wage and Affidavit of Wages Paid. All subcontractor documentation will be logged into KPG's subcontractor logs. 4.11 Physical Completion Letter: Following completion of all punch list work verified by the Consultant and any stakeholders required the Consultant shall prepare physical completion letter to the Contractor and the City shall issue the final contract voucher. City of Tukwila 2020-2021 Small Drainage Program Construaion Management Senices Page 6 of 8 KPG, P.S. KPG Project Nwnher 20025 October 2020 EXHIBIT A-1 4.12 Project Closeout: Transfer all project documents to the City for permanent storage. • Schedule review comm nts • Meeting agendas and notes • Monthly Pay Estimates, • Subcontractor Packets • Physical Completion Letter • Contractor submitted As-builts transcribed to CADD Bid Plans • Final Project Documents TASK 5— SUBMITTAURFI PROCESSING 5.1 Submittals: Consultant shall take lead on submittal reviews/ approvals. Consultant shall coordinate review process for shop drawings, samples, traffic control plans, test reports, and other submittals from the Contractor for compliance with the contract documents. Submittals shall be logged and tracked by Consultant. 5.2 Request for Information (RFI): Consultant shall review and respond to RFI's. RFI's shall be logged and tracked by Consultant. Deliverables: • Submittal log • RFI Log TASK 6— CHANGE MANAGEMENT 6.1 Change Orders: The Consultant will develop change orders and the Consultant will provide technical assistance to negotiate change orders, and assist in resolution of disputes which may occur during the course of the project. The City will approve all change orders before being fully executed. Each change order will be executed in accordance with WSDOT Standard Specifications. 6.2 Field Work Directives: The Consultant will prepare field work directives as necessary to keep the Contractor on schedule. 6.3 Force Account: The Consultant will track Contractor force account labor, equipment and materials. All force account calculations will be verified by the City and double checked by the Consultant. The City shall have final authority to approve any Force Account work prior to agreement with the Contractor. :Deliverables: City ,rtf Tukwila 2020-2021 Small Drainage Prograrn Construction Management Services Page 7 of KPG, KPG Project Number 20025 October 2020 EXHIBIT A-11 • Change Order(s) • Force Account Records TASK 7— ADDITIONAL SERVICES 7.1 Material Testing: GeoDesign will be retained as our (KPG) subconsultant to provide material testing and construction observation services. All testing will be done in accordance with LAG Manual and WSDOT Construction Manual. Additional services requested by the City will be performed only when authorized by the City. Authorization to perform additional services will be in writing, specifying the work to be performed, and basis of payment Items such as Community Outreach (except as completed on a day to day basis by the inspector and resident engineer as described in task 3.1 vii), Public Meetings, Ribbon Cutting Ceremony, claims analysis, surveying, services during shutdown periods of non -working days, and services for extended working days are examples of possible additional services. This fee is based 90 working day contract / 18 weeks, 8 -hour days, additional extension of days will be approximately $1,000.00 per day for one person. (8 hours x $125.00 = $1,000.00) City of Tukwila 2020-2021 Small Drainage Program Construction Management Services Page 8 of 8 KPG, KPG Project Number 20025 October 2020 EXHIBIT B-1 ellen! Coy of Tukwila Project 2020.2021 Small Dranage Program NPO PROJECT NUMBER: 20025 - Supplement 2 DATE: 1 017 0 02 02 0 Teck No. 0,00 Ooscdppon Labor Hour Estimate Total Noels ani Labor Fee Ea11me11 by Task Principal Engineering Mgr Sr, Engineer Project Engineer Prget Surveyor Resign Engineer 8�' Admin Engineering Technician Survay Crew it C4ace Admin Sr Caret Mgr Project Surveyor Sr. CAO Technician CAD Technician Landscape Tectniclan Survey Mgr Survey Techn0ici10an 252 226 I57 140 142 117 103 103 219 88 Hooro Fse Task 1 2021 Sint II Drainage Program Design t_1 Management.? Coordination r Administration 4 2_ 4 4 8 22 5 3,324.00 1.2 Survey 4 Rase Maps 4 12 24 32 72 $ 12,424.00 1,8 Ste 7- 5166th Ln Design 2 32 20 16 70 5 8242,00 14 511e 7. Access Easement 5 Legal Description 6 12 18 0 2244,00 1,5 SIIe 8. Tlamdske CIPP Design 4 20 20 12 56 $ 7124.00 1.6 SIle 9. 49th Ave S Drainage System Design 4 32 20 16 72 5 3218.00 1.7 Prepare Specllicallons 2 2 16 4 24 5 3,534.00 1.8 Quantity and Cost Eslimeti0g 2 2 20 20 6 52 5 6,790.00 1.9 Llgklr Ccordlnaticn 12 6 10 5 2862.00 1.10 Sid Documents 20 16 0 44 S 5,496.00 1,13 Services fill Period Serv4at 810 Period 8 T 10 5 IMOD 1.12 3800001011085510005500090111158 subconeultanlei 4 _ 4 $ 56000 Teck Total 4 10 15 170 12 142 4 60 32 10 462 5 83.232+00 Total Later Hours and Fee 4 10 14 170 12 142 4 60 32 10 462 63,232 Subcans (tants Geotechnical iGaoDoswin1 S 12400,00 Total Subeonaukem Expense $ 02,450110 Relmburaable Direot Non -Salary Coals Mileage al current 1RS rate 5 300.00 00111y Locate Service 5 2,590,00 _ 7atle Reports lot Site 8 0 2.000.00 Reproduction Allowance S 600.00 Total Reimbursable Expense $ 5,400.00 Total Estimated Budget 5 81,092.00 8 1f81HX3 EXHIBIT B-1 Clknt: CITY of Tukwila PreIect: 2020.2021 5ma11 Drainage Program CITY PROJECT NUMBER: 92041201 KPG PROJECT NUMBER: 20025 Supplement $2 90 wanking days• 18 weeks OATE: 10!30!2020 Task No. Task Describtlon Labor Hour Estimate Principal Construction Manager Project Engineer Profen Landscape Architect Resident Engineer Consltucllon Observer 11 Construction Assistant Senior Admin Total Hours end Labor F.Estimate by Task 252 172 143 130 125 114 68 103 Hours Fee 765k 1 - MANAGEMENT! COORDINATION !ADMINISTRATION 1.1 Project Management and Administrative Services _ 16 12 28 5 3.98830 12 Prepare. review and submit monthly expenditures 12 t 2 24 5 3.300-00 Task Total 0 26 0 0 6 9 0 24 52 f 7,288.00 Task 2- Preconatructlon Services 2.1 Preconslruc0On Conference 2 4 4 10 0 1,236,00 2.2 Preconslructi0n Photos 0 8 $ 012.00 2.3 Review Plans and Specs 5 3 16 5 1,912.03 2A Prepare Hard and Electronic Files 5 8 $ 1,00600 2.5 Prepare ROM 16 15 $ 2,000.00 Task Total 0 0 2 0 36 20 0 0 00 $ 7,060,05 Task3. Construction Services - Field 3.1 C4450.414n Observation (Upon authorO400n by City only) 564 644 5 77,976.00 3.2 Materials Testing- Coordination a Tracking Only 6 5 14 $ 1,662.00 3.3 Substantial Completion 4 6 12 $ 1,412.00 Task Total 0 0 0 0 10 TOO 0 0 710 $ 01,059,00 Task 4 - Construction Services - OHlce 4.1 Documarat Control 16 16 $ 260000 42 Project Coordination 20 20 5 2,500.00 4.3 Plan Interpretations 6 5 $ 1,000.90 4.4 Weakly Mentings(19 Weeks) 20 2D 5 2,500.00 4.5 Schedule Review _ $ 0 $ 1,000.00 4.6 Lump Sum Breakdown 0 0 $ 1,000.00 4.7 Monthly Pay fiequests 24 24 $ 3,006.09 4.8 Certified Payroll 72 72 $ 4,09660 4.9 Weekly Statement o1 Working Dew 08 Wankel 16 16 $ 2,00060 4.10 SubContracIOr Documentation _ 16 16 $ 2,000.00 4.11 Physical Complmicn !AMU 2 2 $ 250.00 4.12 Prolacl Closeout 4 32 28 $ 4.560.00 0 $ Task 'halal 0 0 4 0 170 0 72 0 246 0 26,706.00 Task 5 - Subm Mal/RBI Processing 5.1 Submittals 23 6 40 _ 78 $ 10,240.80 5.2 Request For Information (RFI) 14 32 46 $ 5,960.00 5.3 Record of Materials (ROM) - 40 40 0 5,000.00 Task Total 0 0 44 8 112 0 0 9 164 5 21,200.00 Task 6- Change Management 6.1 Case Log a 6 $ 1,000.00 6.2 Change Orders 8 6 16 $ 2,120.00 6.2 Field Work Oireclives (FWD) a 8 14 $ 1,870.00 6.4 Force Accaum 10 10 $ 1,250.00 0 $ Task Total 0 il 0 16 0 32 0 0 0 48 $ 6,249.00 1.,-E11181HX EXHIBIT B-1 L 8 118IHX1 Total Labor Hours 0 28 66 8 360 720 72 24 1278 Total Labor Fee 0 4,816 9,240 1,040 45,000 82,080 4,896 2,472 1,278 S 149,544.00 Task 7 • Additional Services Subconsultants 7.1 Materials Testing 8 Censlruc0cn Observation • Gootirsign [ $ 10.230.00 Tater subcensullanl E0pen. 9 15 230.00 Reimbursable Direct Non -Salary Costs Md ©age al rumen! IRS rale 0 1.500.05 O11,ce Supply 04000000 8 600.00 Total Reimbursable Expense ; 2 300.00 _ Total Estimated Budget 5 167,874.00 L 8 118IHX1 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 20-029(a) Agreement Number: Council Approval N/A CONTRACT FOR SERVICES Amendment #1 Between the City of Tukwila and KPG, P.S. That portion of Contract No. 20-029 between the City of Tukwila and KPG, P.S. is hereby amended as follows: Article 2, Scope of SerViCCS, shall be supplemented with the following: The Consultant agrees 10 provide geotechnical services in accordance wit Exhibit A-1. • he scope of work included as Article 4, Payment, shall be modified as follows: Payment for work provided by Consultant shall he made as provided on Exhibit 13-1, attached hereto, provided that the total amount of payment to the Consultant finr this work not exceed $18,32.00 without express written modification of the Agreement ,signed by the City, The new total contract shall not exceed 5110,854,00 without express written modification of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. Dated this -:-."(211'L day of u i 0 , 20 ,,-- CITY OF TUKWILA CONTRACTOR /1 Allan Ekberg, Mayor i Printed Name: erry Wright C'A Revised December 2016 Page 1 of 1 DESK] ��L���y(] ��"u wvN|W}5uumpA^ June 9, 2020 KPG,PS. 3131 Elliott Avenue, Suite 400 Seattle, WA 98121 Attention: Kelsey Anderson Proposal Geotechnical Engineering Services 2020 SmaII Drainage Program Tukwila, Washington INTRODUCTION GeoDesign, inc is pleased to subrnitit this proposal to provide geotechnical engneering services for the City of Tukwila water quaity retrofit planning projectat the ocations of the Klickitat Drive/5J°Avenue South 18 -inch corrugated metal pipe project and the 42' Avenue South inlet replacement project. information used in developing our scope of services and cost estimate is based on our recent communications with you. Geotechnical informat on is required to support replacement of the 1 8 -inch storm drainpipe at the Klkkitat Drive/53 Avenue South project Iocation. The section of pipe to be replaced extends northwestward approximately 180 feet from the intersection of Klickitat Drive and 53~ Avenue South to an existing catch basin. The existing pipe is in poor condition with sags, offsetjoints, and holes from corrosion. The pipe is at a depth of up to approximately 18 feet below ground surface (BGS) at the imtersecrion, with depth decreasing in the upstream direction to the existing catch basim, where it is at a depth of approximately 2.5 feet BGS, Traffic signal equipment overlies the storm drainpipe at the intersection. The alignment of the new storm drainpipe will be revised to reduce construction impacts to the existing traffic signal equpment. The a|ignmentisapproximately 178 feet long. The proposed alignment will extend approximately 134 feet from the existing catch basin at the upstream end of the pipe to a new manhole adjacent to the stop bar in the eastbound lane of Klickitat Drive at its intersection with 53' Avenue South. From the new manhole struc1ure, the new storm drainpipe will extend approximately 44 feet to the existing manhole in the southbound lane of 53' Avenue South, The western 11 0 feet of the alignrnent are within the swale ar vegetated 10700 Meridian Avenue North, Suite 402 | Seattle, wm981oa| 206,838,9900 [ EXHIBIT A-1 sloped area on the south side of 0ickitat Drive. The area is vegetated with grass and a thicket of Himalayan blackberries. The ground surface slopes down from the road with avcrtical elevation change of approximately 10 feet at an approximate inclination of 2F-I:1V, At the 42' Avenue South inlet replacement project lmcatiom, a new cath basin inlet structure will be installed. Excavation activities are anticipated that will disturb the surficial soil in the area. The two project Iocations are within the Asarco Smelter Pume (ASP) with predicted concentrations of arsenic and Iead of between 20 to 40 parts per mililon. Within the plume area, elevated levels of arsenic and lead typically extend from the ground surface to depths of approximately 1 8 inches BGS. Characterization ofthe arsenic and lead concentrations is recommended to evaluate excavaton spoils management and disposal as well as human exposure risks. SCOPE OF SERVICES The project includes geotechnical engineering services seinto two tasks. Task 1 includes the geotechnical exploration and arsenic and lead soil characterization environment& sampling to support the Klickitat Drive project. Task 2 comprises environment& sampling to support the 42'' Avenue South inlet replacement project. Our proposed scopes of service for these tasks are identified below. TASK 1 GEOTECHNICAL EXPLORATION - KL/CK/TATDR/VE Review existing pans and availahle geotechnical reports and geoogic maps of the area. � Perform a site reconnaissance to confirm that proposed exploration Ilocations are appropriate with regards to obstructions and surMc[a| features. Mark exploration locations for the utility locate survey. The explorations will be conducted within the road right-of-way (ROW), � Prepare the ROW permit application, including traff|ccmmtmak p|ans, and submit it to the City of Tukwila for approva � Drill asoil boring near the location mf the new manhole structure. We anticipate the boring can be driiled in the shoulder area of Kiickitat Drive opposite the painted Stop bar or in the landscaped area south of the intersection west of the traffic signal control cabinets. The boring will be drilled to a depth of 30 feet BGS, and a 2 -inch -diameter standpipe piezometer will be installed to monitor groundwater levels, SampUesowiN be collected via SRI at approximat&y 2.5 -foot intervals, The boring will be drilled using either a trailer or small, track -mounted drill rig and hoNmm+stem augerdhNimg techniques. � Curtings will be eft on site in the vegetated area along the proposed pipe alignment. The cuttings will be less than Y2 cubic yard and placed in a small pile. � Environmental sampling for soil impacted by the ASP will inciude collecting composite soil samples from the boring for arsenic and lead testing. Composite samples will be collected at the following depth intervals: 0 feet to 1 foot, 1 foot to 2 feet, and 2 to 3 feet BGS. Additional samples may be collected if fill material is encountered at greater depths than 3 feet BGS. These sampling procedures are in general accordance with procedures used by other municipalities impacted bythe ASP (e.g.^Tacamna). = All composite samples collected for environmental purposes will be submitted to our subcontracted analytical lab for analysis of lead and arsenic concentrations. Wi,DESIGw� 2 xmz-112-31060920 • Perform geotechnical laboratory analyses on soil samples collected from the explorations, including the following: � Up to four mosture content determinations • Up to two grain -size analyses • Up to two fines content determinations Deliverable o Provide a draft report summarizing the results of our subsurface explorations and providing geotechnical recommendations and conclusions to support design and construction of the new storm drainpipe, including the following: • Subsurface soil and groundwater conditions and laboratory testing results ▪ Summary of soil sampling results of arsenic and lead analyses in table format o TSP immpacts, summary of the extent of impacts at the two exploration |ocatioms, and anticipated excavation depths to address elevated arsenic and lead concentrations ° Utility installation, including trench shielding or shoring lateral earth pressure parameters, general dewatering requirements, subgrade preparation, backfill, and fill placement criteria • Roadway reconstruction options based on City of Tukwia standard paving sections � Provide a final report that incorporates draft report review comments. TASK 2: ENVIRONMENTAL ENVIRONMENTAL SAMPLING - 42'° A VENUE SOUTH INLET REPLACEMENT PROJECT m Perform a site reconnaissance and advance three shallow, hand auger borings to coIect samples for charactenzation of arsenic and ead concentrations in surfciaI soil. • Environmental sampling for soil impacted by the ASP will include collecting composite soil samples for arsenic and lead testing from shallow hand auger borings. Composite samples will be collected at the following depth intervals: 0 feet to 1 foot and 1 foot to 2 feet BGS, Additional samples may be collected should fill be encountered below a depth of 2 feet BGS. w All composite samples collected for environmental purposes will be submitted to our subcontract analytical lab for analysis of lead and arsenic concentrations. Deliverable w Provide a geotechnical memorandum summarizing the results of arsenic and lead testing. SCHEDULE We will schedule our services following receipt of your written authorization to proceed. We anticipate that field work can begin approximately four weeks following amthorizatiom, which will allow for the scheduling of subcontractors, preparation of ROW permits and traffic contro plans, and acquisition of the permit. Our deliverables can be available within approximately four weeks following completion of the field program, or approximately 1 0 weeks after authorization. FEE Our services will be provided on a time -and -materials basis in accordance with the Schedule of Charges that is attached to and part of this agreement We estimate tbe foliowing not -to -exceed fees for each task. n�' COMPAO EXHBIT A-1 Task Fee Task 1: Geotechnical Exploration - Klickitat Drive $15,484 Task 2: Environmental Sampling - 42'' Avenue South Inlet Replacement Project 2,898 Total $18,382 A detailed cost estimate spreadsheet providing a breakdown' of the above fees is attached. Subcontractor cost estimates are based on the assumption that field work will be performed during standard daylight hours with at least eight hours allowed in the ROW per day. WEDESIGNv AP4 comIPA, • * 4 KPG-112-01:060920 [ EXHBIT A-1 We appreciate the opportunity to submit this agreement. Please call you have questions regarding this submittal, To formally authorize our services, return a signed copy of this agreement. Sincerely, GeoDesign, kie Westergreen,"1. Senior Project Engineer Kevin j. Lan 1,, P.E. Principa Engineer KJL.sn Attachments, One copy submitted (via email only) Document ID, KPG-112-01-060920-geop.docx ) 2020 CeoDesign, Inc. All rights reserved The scope of services outlined in this agreement, the fees, and the General Terms and Conditions are hereby accepted and GeoDesign, Inc. is authorized to proceed. This agreement constitutes the entire agreement between the Client and GeoDesign and supersedes all prior written or oral understandings, by Organization Signature* Date Printed Name Title *Individual with contracting authority and responsible for payment of GeoDesign, Inc.'s fees. VITGIDESIGN KPG-112-01 060920 Project: Job No. L EXHIBIT 8-1 Geodesign, Inc. FEE SUMMARY 2020 Small Drainage Program KPG-412-01 Standard Schedule (SSI or Direct SalaryCost (DSC) 1 SS 1 Labor Rate 2020 Standard Schedule GeoDesign OH Rate, if DSC calculation Is used PROJECT PHASES OR TASKS If Labor is DSC Is the Fixed Fee d FF 6 (DSC+OH) 7 NIA Allowable Handling Charge 12% Date 61912020 Fixed Fee include LaboretoryCost as Labor Hours NO W answered "YES" Enter Labor Division: Senior Lab Tech 255. Lab Technician I 75% GEOOESIGN LABOR - Summary born Geodeslgn Hours Worksheet SCOPE: Task 1 - Geatac tical invraeg xon Khcidtetane bonny nth vel, An an0Pb samp0ng. De4verable' Draft and Fin! Repanne/1 recom^nendeems to address Leib support ekcavaeonel placement and cOmp0bon and pavement restornhort Tim* 2 - Ersoonmer4$ Sampling 42nd Ave 51Het Protection. 0rmnonm ante! sampling tar Ar sb Pb characterization. Delemorable geeleehOeat memorandum PROJECT PHASES OR TASKS TASK 2.42nd AVE TASK 1-KUCKITAT DRIVE INVESTIGATION INLET €M7IRO SAMPLJNG OEODESIGN LABOR -Sum 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13, 14. 15. 16. 17. 18, 151: ary born Geodes/2n Hours Worksheet Fred Investigation- Kackltet Engineering and Report Subcontractors Envinenmentad Sampling -42nd Ave S fowl Noun LaborRate Coat CLASSIFICATION Principal '.r,. 1,0 2:J 0:0 9224.00 21 344 Senor Assoeate 5204.00 Aasooae 9182.00 Senor PronrctM.uger 8,0 17,0 40 78.0 5175.00 55.075 Project Manager II 5184.00 Rabat M4neger I 2154.00 Serie Techrical Spadeful 9174.00 Tedrseal Specialist II 5100.00 TeclWcd Speicaksl I _ 514A 00 505Ill 8:3 8.0 5133,00 91 064 Skit II 21.0 21,0 512100 52.541 Stan I 5106.00 Sr Tech 5101.00 CAD 2.0 1.2 _ 3.0 _ 5101,03 5303 Tech II 585,90 TechI 583.00 Senior Praia/M Paean 3.0 2.0 5.0 507.00 5485 P,eIAaa®W* 1.0 1.0 2.0 99000 9180 SuppenSmf 1,0 00 2.0 377.00 9154 SUBTOTAL LABOR 04.16$00 94,307.00 02,674 611,146,70 EOIIIPMENf REIMBU15ABLES: Find Rare Field Investigation - Klkaltet Engineering and Report SuL wniractors nial Envlronm 420 Sampling -42n1 d A.S Unit Rale Extended VEHCLE-Ge0Deugn-1 2 Dai 521.00 54200 VEHCLE-k6leage 70 We 20.630 944.10 SAMPLING •GEO-MSC SempinoEWpmsrt 1 Day 51000 51000 170TRLaEAFT- GED -W.P- Dstalogger Awarding fen VWP0 Oat 9100.00 5300.00 SUBTOTAL EQUIPMENT 0386 5355:16 9ug.10 Field d KIICMaI end Repoli Sub400traotors EnYFrenmentel Sampling .42nd Ave 5 Unit Rate Extended Reproducxan•Copy1B00% 33 n 53.12 53.50 Repmdlsdon-CopyICOLOR) 11 0170.:, 91.500 Subsistence 145 5185.90 _ Reproduction -Co5ry386W1 Dace 0012 SUBTOTAL REIMBUSABLES 63.60 - 93,h6 LABORATORY TESTING' Ffekl investigation - Ktfcotel Engineering end Repoli Subcontractors Environmental Sampling -42nd 8408 Unit Rate Extended 44045,e. Coen 4 ea 026.00 9112 Parade See Analysis Percent passing 0200 2 _ M 987000 5174 Puede Soe Analyse ASTM C136 2 ea 9139.40 9276 SUBTOTAL LABORATORY 9544 0664.00 614.006412004,r665 SYETotet 95025.10 54,307.00 94 52,674 012,188.70 SUBCONTRACTORS (Include 5110.28 3l ting Subcom 511029 Doing SLCrcorei 5110.37 Opfer CamtAs 5110.99 O4.r SLoeond 5110.89 Ober 5u bcer.1lteme tea when applicable( SUBTOTAL HC Extended FNW Invest/gado • KBPkltel Englnaareng and Report Subcontractors Envlranrmnal Sampling -42nd Ant S._ -. Barer. 22.800 92,600 5336 53,138 Ca,Omenta1 Din Cor0ecrom AP5 Traffic control Ow and Laky locates 9520 9550 988 5816 T/altie Central Soren 21.603 51,800 5192 $1,792 Ar Pb Animal lab 9450 5200 5850 978 5728 SUBTOTAL SUBCON511LTANTS Mel SIC 96.049 5224 0Q800 9872 $5,27200 Ir [4Inflon.6n9ln.4.1.9.0d KLcgIWt 1 {teppni Subcontractors Enwronmantal Sampan@ -42nd Ave 5 ACTUAL SUBTOTAL BY PHASE incl HC 55,125.10 94,307.00 96,552 32.699 918.30130 TOTAL - ESTIMATED FEE 918,301.70 955,484 12.698 [DESIGN.- FXHB B-1 GEOTECHNICAL, GEOLOGICAL AND MINE CONSULTING SCHEDULE OF CHARGES COMPENSATION Our compensation well be determined on the basis of time and expenses in accordance with the following schedule unless a fixed fee amount is so indicated in the proposal or services agreement. Contracted professional and technical services will be charged at the applicable hourly rates as listed below. Staff time spent in depositions, trial preparation, and court or hearing testimony will be billed at 1 5 to 2 times the below rates, Time spent in either localor inter -city travel, when travel is in the interest of this contract, will be charged in accordance with the foregoing schedule; when traveling by public carrier, a maximum charge of eight hours per day will be made. Current rates are as follows: Personnel Support Staff Project Assistant/Technical Editor Senior Project Assistant/Technical Editor Technician Technician Senior Technician CAD Senior CAD Technician Staff 1 Staff 11 Staff 111 Hourly Rate S 77 $ 90 S 97 5 83 5 95 S 101 5 101 112 $ 106 121 S 133 Equipment Air compressor (per day) Bladder pump (per day) (includes generator) Brass/stainless, steel rings Cement amending field tool Cement scale and pan (per day) Concrete field equipment Core drill (per day) Crack monitor Cross hole sonic logger (CSL) (per half day) Cross -hole sonic logger (CSL) (per day) D&M sampling kit Data recorder Datalogger (per day) Datalogger (per week) Datalogger (per month) Disposable bailers (per item) Double -ring infilltrometer Drilled shaft inspection camera (DSIC) (per half day) Drilled shaft inspection camera (DSIC) (per day) Drilled shaft inspection camera (DSIC) (per week) Drive probe (per hour) Dynamic cone penetrometer (DCP) (per day) Electric sampling pump (per day) Field California bearing ratio (CBR) equipment (per day) Falling weight deflectorneter (FWD) (per day) Falling weight deflectometer (FWD) with GPR (per day) Field equipment Field vane Flag tape rolls (each) Generator Global positioning system (GPS) - differential (per day) Global positioning system (GPS) - hand-held (per day) Ground penetrating radar (GPR) - can mounted (per day) Ground penetrating radar (GPR) - truck, mounted (per day) Hand auger (per day) Hydroacoustic monitoring equipment (per day) lIncremental borer (timber) Laptop computer use (per day) Mobile laboratory (per month) Nuclear density gauge (per hour) pH/conductivity/temperature meter (per day) Pile Driving Analyzer°, (PDA) (per day) Pile integrity Tester (per day) Post pounder (per day) G DESIGNI 5 Personnel Los Angeles Deputy Grading Inspector Technical Specialist Technical Specialist 11 Senior Technical Specialist Project Manager 1 Project Manager 11 Senior Project Manager' Associate Senior Associate Principal Hourly Rate $ 107 5144 5 160 5 174 $ 154 $ 164 5 175 5 192 5 204 $ 224 Rate 5 59 5 123 5 12 5 24 5 29 5 29 5 236 5 29 5 265 $ 531 $ 24 5 13 5 12' S 45 5 112 $ 17 5 77 $ 531 $ 1,062 $ 2,005 5 12 112 $ 31 5 260 5 2000 5 3,415 $ 12 5 59 $ 6 $ 59 5 112 5 34 5 590 $ 1,416 5 41 5 295 $ 56 $ 18 5 1,200 5 12 5 50 5 590 5 236 5 12 122919, rev 042720 X H1E3 Fr B - GEOTECHNICAL, GEOLOGICAL AND MINE CONSULTING SCHEDULE OF CHARGES Equipment Rate Pressure Transducer Datalogger (per day) 5 150 Range finder (per day) S 42 Resistivity meter (per day) S 118 Roto -hammer drill (per day) 5 88 Roto -hammer drill (per week) 5 324 Sand cone field density kit $ 24 Satellite phone (per day) 5 24 Saximeter 5 24 Schmidt hammer $ 118 Seismic equipment (per day) 5 590 Seismic source 5 236 Shelby tube with caps $ 24 Sidewalk closure signage 5 22 Site reconnaissance kit 5 24 Slope inclinometer reading (per day) $ 171 Soil sample rings (per sample) 5 12 Sondex settlement probe (per week) $ I 18 Spectral analysis of surface waves 5 1,770 Specialty software (MODFLOW, Slope/W, etc., per day) 51 3 - 59 Thermometer - infrared $ 17 Total Station - survey equipment 5 59 Transit level and tripod S 35 Turbidity monitor $ 41 Unmanned aerial vehicle (DGI Mavic 2) (per day) $ 500 Unmanned aerial vehicle (Trimble U5 -1-1P) (per day) 5 1,000 Vehicle (company) usage (full day, plus 50.67 per mile charge) 5 24 Vehicle (personal) usage (per mile) $ 0.67 Vibrating wire piezometer S 590 Vibration monitoring equipment (per day) $ 62 Vibration monitoring equipment (per week) $ 298 Vibration monitoring equipment (per month) $ 876 Vibration monitoring equipment (per month, long term) S 535 Vibrocore $ 472 Water level meter (per day) 5 50 WSDOT bridge toll $ 4 Zipievel Pro 2000 (per day) S 53 Reproduction Black/White Color 8 Yz x I 1 (per finished page) 50 11 5 0.17 11 x 47 (per finished page) 50 21 5 0,34 C- or D -size plots (per finished plot) 526.75 D -size scan $13.38 OTHER SERVICES, SUPPLIES, AND SPECIAL TAXES Outside services (equipment, supplies, and facilities not furnished in accordance with the above schedule, and any unusual Items of expense not customarily incurred in our normal operations) are charged at cost plus 12 percent This includes shipping charges, subsistence, transportation, printing and reproduction, miscellaneous supplies and rentals, surveying services, drilling equipment, construction equipment, watercraft, aircraft, and special insurance that may be required. Specialized equipment will be quoted on a per -job basis. In-house disposable field supplies (routinely used field supplies stocked in-house by GeoDesign) at current rates Taxes required by local jurisdictions for projects in specific geographic areas will be charged to projects at direct cost, AIN rates are subject to change upon notification. DES1GNi II V 2 122919, rev 042720 1 EXHBITTT 1 GEOTECHNICAL AND GEOLOGICAL LABORATORY SCHEDULE OF CHARGES TYPE OF TEST Atterberg Limits (ASTM 04308-05) CBR with 3 -Point Proctor (ASTM D1883-07) Compaction (ASTM DI 557-07/ASTM 0698-07; Mehods A„ 8, and C) 1 Point 4 Points Consolidation (ASTM D2435-04) with two timed rebounds) Direct Shear (ASTM D3080-04) 1 Point 3 Points Expansion Index of Soil (ASTM D4829) Moisture Content - Oven Method (ASTM D2216-05) Moisture/Density (ASTM D7263) Rings Shelby tubes Organic Content (ASTM D2974) Particle -Size Analysis Sieve (ASTM C017-04/ASTM CI 36-06) (includes -200 Wash, Dry Sieve) Percent passing No 200 (ASTM C117-04/A5TM DI 140-00) Combined sieve and hydrometer (ASTM D422-63) Oversize sieve analysis (ASTM C117-04/ASTM Cl 36-06) Permeability Rigid wall constant/falling head (Army Corps Eng: EM 11 10-2.1906, VII -13) Flexible wall with triaxial cell (ASTM D5084-03) Flexible wall for cohesive soil (ASTM D5084/ASTM D4767) pH of Soil (ASTM G51) Resilient Modulus (AASFITO T 307-99) In situ sample Remolded sample (includes compaction and sample preparation) Rice Density (ASTM 02041) Sand Equivalent (ASTM D241 9) Soil Resistivity (ASTM G57) Specific Gravity Bulk specific gravity - asphalt (Parafilm coated) (ASTM DI 188) Maximum specific gravity - asphalt (Rice) (ASTM 02041) Specific gravity • bulk specific gravity - asphalt (ASTM D2726) Specific gravity -- coarse aggregate (ASTM C127) Specific gravity - fine aggregate (ASTM 028) Soil (ASTM D854) Swell (ASTM 04546) Method A Method 13 Method C [DESIGNi " UNIT PRICE 5 191 $ 730 $ 112 5 270 $ 494 $ 273 S 520 5 278 5 29 S 44 5 44 5 99 5 149 5 93 5 248 $ 248 5 434 $ 495 $ 671 5 99 708 51062 5 049 5 223 $ 229 5 55 S 112 $ 19 $ 88 $ 118 $ 124 Sr 390 5 273 $ 682 122919 EX11.-10B1-0" B-1 1 GEOTECHNICAL AND GEOLOGICAL LABORATORY SCHEDULE OF CHARGES TYPE OF TEST UNIT PRICE Triaxial Compression Unconsolidated, undrained (back pressure saturation) (ASTM D2850 Consolidated, undrained, 1 point (ASTM D4767-06) Consolidated, undrained, strength envelope (ASTM D4767-06) Load -controlled cyclic (ASTM D5311) Unconfined Compression Undisturbed soil (ASTM D2166-06) Amended soil (ASTM D1633-00) $ 377 5 495 S1,486 51,486 5 143 $ 97 Sample Preparation (per hour) 5 77 Cyclic Direct Simple Shear Test No. Test Description Unit Price 1 Strain -Controlled Cyclic Direct Simple5hear Test: Determine secant shear modulus and 51,350 damping ratio using up to 100 cycles at a specified single shear strain amplitude of between 0,1% and 2%, Test conducted using a sinusoidal wave with a frequency of up to 5 Hz and a vertical stress of up to 1 MPa One sample and up to three strain levels. Consolidation periods for each stage of up to 24 hours. , 2 Stre5s-cpritxplItcl„cy_cjjcimple Shear Test: Determine cyclic stress ratio and vertical 51 800 stress ratio using up to 100 cycles at three specified stress ratios using a sinusoidal wave with a frequency up to 5 Hz Test conducted with vertical stresses of up to 1 MPa Three samples with one cyclic stress level each. Consolidation period of up to 24 hours per sample. Strain Rate -Controlled Static Direcimple Shear Test: Determine stress -strain relationship of a single sarnple at specified strain rates. Tests conducted with vertical stresses of up to MPa. One sample at three strain rates. 51,000 4 Stress -Controlled Cyclic Direct Simple Shear Test Test conducted on one sample at a $750 specified stress ratio using a sinusoidal wave with a frequency up to 5 Hz for up to 100 cycles with maximum vertical stresses of 1 MPa One sample with one cyclic stress ratio. 5 13_451L.Y.Clic...5.IAlig.1ifeCt Simple Shear 'Test Stress -strain relationship at specified shear strain $250 rate. Tests conducted with vertical stresses of up to 1 MPa. One sample in combination with tests 1, 2, and 4. 6 psisKyclic_Cons_cilidation in Dire,q Simple Shear Test Determine post cyclic volumetric $250 strain over time, Conducted with vertical stresses of up to 1 MPa One sample in combination with tests 1, 2, and 4. Shear Wave Velocity: Measure shear wave velocity using Bender Elements based on first shear 5160 wave arrival. One sample in combination with tests 1, 2, and 4. 8 Shear Wave Velocity: Measure shear wave velocity using Bender Elements based on first shear 5250 wave arrival. Stand-alone sample without DSS testing. Cost per additional day for consolidation of DSS sample $300 Other tests charged at hourly rates. GeoDesign, Inc reserves the right to subcontract any laboratory testing listed in our scope of work and to apply charges for subcontracted testing at the rates listed above. DESIGNY PAINV 2 122919 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 20-029 Council Approval 3/16/20 CONSULTANT AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter 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 engineering services in connection with the project titled '2020 Small Drainage Program'. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2020, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December 31, 2020 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 $92,472.00 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. CA revised : 1-2013 Page 2 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. CA revised : 1-2013 Page 3 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. CA revised : 1-2013 Page 4 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: KPG, P.S. 3131 Elliott Avenue, Suite 400 Seattle, WA 98121 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. DATED this 2 day of VIA 644- at_ 2020. CITY OF TUKWILA Attest/Authenticated: CONSULTANT By: Printed Name:Nelson Davis, KPG Title: Principal Approved as to Form: Office of the City Attorney EXHIBIT A City of Tukwila 2020 Small Drainage Program Scope of Work February 13, 2020 PROJECT DESCRIPTION The Consultant shall prepare final Plans, Specifications and Estimates for the 2020 Small Drainage Program. The project will include the following sites: Site 1: 13601 40"' Ave S Drainage System Replace and install new storm drain system approximately 90' of 18" CMP and 80' of 12" concrete pipe along with three drainage structures. Tie into the existing system at 40th Ave S. This site may require an HPA, SEPA and City of Tukwila Special Permissions Permit with project limits within Type 3 Watercourse Buffer. Site 2: Klickitat Dr. @ 53' Ave S Drainage System Replace and install new storm drain system approximately180' of 18" CMP.. Tie into the existing system along Klickitat Dr. This site may require an HPA, SEPA and City of Tukwila Special Permissions Permit with project limits within Type 3 Watercourse Buffer. Site 3: S 124`' St from 42"d Ave to 45`' Ave Drainage System Install storm drain system approximately 750'on the northside of S 124th St. Tie into the existing system. Sites 4: 57`' Ave S @ Golden Nugget Drainage Structure Bring Type II Manhole up to grade by removing approximately 8' of existing 24" riser rings. Add 48" barrel sections and new manhole ring and cover. Sites 5: 42"d Ave S Drainage Structure Install a new drainage structure with bird cage inlet to reduce plugging and overflows onto 42"d Ave S. This site may require an HPA and SEPA. Project was designed as part of the 2019 Small Drainage Program, but there were insufficient funds for construction and permitting had not been completed. Sites 6: 48' Ave S from S 124`' St to S 122"" St Drainage System Install storm drain system approximately 820' starting the northside of S 124th St and down 48th Ave S. Tie into the existing system along S 122nd St. The Consultant shall provide necessary surveying, project design, quantity and cost estimates, and utility coordination required to complete final bid documents. It is anticipated that sites will be bid as a single bid package for the 2020 Small Drainage Program as budget or other considerations allow. City of Tukwila KPG 2020 Small Drainage Program Page 1 of 4 February 2020 The Consultant shall provide surveyed base maps with horizontal utility locations, or base maps created from field measurements, ortho-photography, and GIS data as necessary for each site. If necessary, surveyed base maps will include right-of-way line work based on available public records. Project horizontal and vertical datum will be NAD83/2011 and NAVD88 respectively on all sites. The Consultant shall prepare an easement document, legal description, and exhibit for Site 5. The City will perform negotiations to obtain signature and record the easement. The Consultant shall prepare a SEPA checklist, HPA application, and Special Permissions Permit where required. No additional permits are anticipated. It is the Consultants understanding that none of the 2020 Small Drainage Program sites require biological assessments, additional permits beyond those listed, wetland delineations, geotechnical review, detention facilities, or water quality treatment facilities. The budget assumes a straightforward approval process with no special studies or extensive coordination. Aside from Site 5, all work will be completed within City rights of way or easements and no easement acquisition is anticipated. SCOPE OF WORK TASK 1 — 2020 Small Drainage Program Design 1.1 MANAGEMENT/COORDINATION/ADMINISTRATION • The Consultant shall provide continuous project management and administration for the duration of the Project. (Estimate 8 months). • Hold project coordination meetings with the City to update progress and review submittals. Assume (3) meetings. • The Consultant shall provide monthly status reports and billings. • The Consultant shall provide independent QA/QC reviews by senior in-house staff of all deliverables prior to submittal to the City. 1.2 Previously obtained mapping for Site 5 will be utilized. The Consultant shall prepare a topographic base map for Sites 1,2,3,4, and 6. 1.3 For Site 1, the Consultant shall prepare 50%, 90%, and final design. 1.4 For Site 2, the Consultant shall prepare 50%, 90%, and final design. 1.5 For Site 3, the Consultant shall prepare 50%, 90%, and final design. 1.6 For Site 4, the Consultant shall prepare 50%, 90%, and final design. 1.7 The Consultant has previously prepared designs for Site 5. Minor updates and revisions are anticipated after WDFW permitting review and will be included in the Bid Documents. 1.8 For Site 6, the Consultant shall prepare 50%, 90%, and final design. City of Tukwila KPG 2020 Small Drainage Program Page 2 of 4 February 2020 1.9 The Consultant shall prepare 50% & 90% plan review submittals for all sites. 1.10 The Consultant shall prepare a SEPA checklist for the 2020 Small Drainage Program containing information on all sites requiring SEPA review. This is anticipated to be Sites 1,2, and 5. Site 5 draft SEPA was previously prepared, but not submitted during the 2019 SDP Design. 1.11 The Consultant shall prepare HPA Permit Application and coordinate with Washington Department of Fish and Wildlife to obtain HPA where required. This is anticipated to be Sites 1,2, and 5. 1.12 The Consultant shall prepare City Special Permissions Permit for the 2020 Small Drainage Program containing information on all sites requiring Special City review. This is anticipated to be Sites 1 and 2 where project site location is within existing Type 3 watercourse Stream buffer. 1.13 The Consultant shall prepare the Contract Specification per 2020 WSDOT Standard Specifications for the 90% Review Submittal and the Bid Documents. 1.14 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction Cost for each review submittal and the Bid Documents. 1.15 The Consultant shall distribute 50% review submittals to franchise utility owners to identify potential conflicts within the Project limits. 1.16 The Consultant shall prepare final Bid Documents for the proposed improvements including the following: o Plans shall be prepared with such provisions in such detail as to permit field layout and construction within a degree of accuracy acceptable to the City and per industry standards. o Details will be prepared for items not available as standard details from the City, State, or WSDOT standard drawings. o The plans shall illustrate complete details of construction of the proposed improvements including limits of construction and removals, proposed invert elevations, rim elevations and required construction materials. o Drainage designs will be determined through consultation with City staff and from previous experience rather than detailed basin modeling. 1.17 The Consultant shall provide bid period services to include responses to bidder inquiries, preparation of addenda, attendance at bid opening, preparation of bid tabulation, and recommendation to award or reject the apparent low bidder. The budget assumes a straight forward review process with the low bidder receiving the contract award. • Assumptions o No federal funding is anticipated for the Project engineering or construction. o No utility upgrades are anticipated in the project design. o Drainage & Water Quality Reports will not be required. o Geotechnical Engineering services will not be required. City of Tukwila KPG 2020 Small Drainage Program Page 3 of 4 February 2020 o Environmental Documentation will not be required. o Potholing of existing underground utilities will not be required. o City to obtain easement approval and record easement for Site 5. o The $150 processing fee for the HPA application will be paid by the Consultant and reimbursed by the City through the invoice process. o Any fees for BXWA.com will be paid by the City. • Deliverables o SEPA Checklist for Sites 1,2, and 5. o HPA Online Application for Sites 1,2, and 5. o 50% review submittal with Plans and Estimate (pdf). o 90% review submittal with Plans, Specifications, and Estimate (6 sets + pdf). o Bid Documents and Engineer's Estimate (6 sets 1/2 size plans, specs, and estimate) o Coordinate upload of Plans and Specifications to Builders Exchange. Additional Services The City of Tukwila may require other services of the consultant. These services could include additional design, right of way, utility potholing, environmental documentation, construction phase services, or other work tasks not included in the scope of work. At the time these services are required, the Consultant will provide the City with a detailed scope of work and an hour and fee estimate. The Consultant will not proceed with the work until the City has authorized the work and issued a Notice to Proceed. City of Tukwila KPG 2020 Small Drainage Program Page 4 of 4 February 2020 Client City of Tukwila Project 2020 Small Drainage Program KM PROJECT NUMBER: 20025 DATE: 2/10/2020 Exhibit B Task No. Task Description Labor Hour Estimate and Labor Fee by Task Principal Engineering Mgr Sr. Engineer Urban Design Mgr Project Engineer Project Land. Arch. Design Engineer Sr. Admin Engineering Technician Survey Crew II Office Admin Total Hours Estimate Sr. Gout Mgr Senior Project Engkioer Project Surveyor _ Sr. CAD Technician CAD Technician Landscape Technan Survey Mgr Survey Technician Transportation Planner Technician 232 210 184 166 140 128 117 115 100 216 92 Hours Fee Task 1 1.1 2020 Small Drainage Program Design Management / Coordination / AdministraUon 1.2 Survey & Base Maps 2 2 4 _ 4 1.3 Site 1 - 40th Ave S Design 4 16 40 40 8 20 2,816.00 1.4 Site 2- Kfickitate 53rd Ave 5 Design 2 4 24 „., 16 a 100 $ 16,400.00 1.5 Site 3 - S 124th St Design 2 4 24 16 8 $ 7,188.00 1.6 Site 4 - Golden Nugget Design 2 4 32 20 8 554 4 $ 7,188.00 1.7 Site 5 - 42nd Ave review 2 4 8 8 4 ,.. 66 $ 8,776.00 1.8 minor updates Site 6- 48th Ave S Desion 4 26 3,612.00 1.9 50%, 90%, and Bid Submittals 2 4 32 20 8 4 560.00 1.10 Prepare SEPA Checkkol; Sites 1,2 16 22 20 66 8,776.00 1.11 Prepare HPA / WDFW coordination; Sites 16 8 58 $ 6.814.00 1.12 1,2,5 Prepare City Spacial Permission Permit; Sites 24 8 24 3,040.00 1.13 1,2 Prepare SpecJficalions 16 4 32 $ 4,160.00 1.14 Quantity and Cost Estimating 2 2 20 20 2,640.00 1.15 Utility Coordination 2 2 4 8 10 4 4 28 $ 4,520.00 1.16 Finalize Bld Documents 0 4 30 4,310.00 1.17 Bid Period Services 2 2 8 a 4 8 2 14 1,772.00 4 4 2 4 36 4,872.00 Task Total , 6 20 32 26 240 0 164 4 90 40 18 10 642 1,228.00 Total Labor Hours and Fee 6 20 32 28 240 0 _ 164 4 90 40 18 842 68,672.00 88,672 Re mbursabie Direct Non -Salary Costs $ 300.00 Mileage at current IRS rate Utility Locale Service 2,500.00 HPA Application Fee $ 200.00 800.00 Total Reproduction Alknvance Reimbursable Expense $ Total Estimated Budget 3,800.00 $ 92,472.00