Loading...
HomeMy WebLinkAbout11-151 - KPG Inc - 2012 Small Drainage Program DesignSUPPLEMENTAL AGREEMENT NO. 4 „\ AGREEMENT NO. 11-151 (J. ) PROJECT NO. 91241201 City of Tukwila Public Works Department 6300 Southcenter Boulevard #100 Tukwila, WA 98188 KPG, Inc. 753 - 9th Avenue N. Seattle, WA 98109 PROJECT: 2012 Small Drainage Program — Contract Time Extension This SUPPLEMENTAL AGREEMENT NO. 4 is to supplement the agreement entered into with KPG, Inc. and the City of Tukwila, which was executed on the 6th day of December, 2011. All provisions in the basic agreement remain in effect, except as expressly modified as follows: Article 2, Scope of Services, shall be supplemented with the following: No changes to Scope of Services; however, additional time is required for completion of Record Drawings and construction closeout support items included in Supplemental Agreement Nos. 2 and 3. Article 3, Time for Performance, shall be supplemented with the following: Time for completion shall be extended to December 31, 2012 by this Supplemental Agreement No. 4. Article 4, Payment, shall be modified as follows: There is no additional payment associated with this Supplemental Agreement No. 4. Tid IN WITNESS WHEREOF, the parties hereto have set their hands and seals this(9 day of "Warn bQ , 2012. (J APPROVED: CITY OF TUKWILA Attested: Christy O'Flahe y APPROVED: KPG, INC. Nelson Davis, P.E. Principal 5 O o7 /Z.(6//(/ -eC SUPPLEMENTAL AGREEMENT NO. 3 AGREEMENT NO. 11-151 (c ) PROJECT NO. 91241201 City of Tukwila Public Works Department 6300 Southcenter Boulevard #100 Tukwila, WA 98188 11-151(c) Council Approval 10/1/12 KPG, Inc. 753 - 9th Avenue N. Seattle, WA 98109 PROJECT: 2012 Small Drainage Program — Construction Observation Services 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 6th day of December, 2011. All provisions in the basic agreement remain in effect, except as expressly modified as follows: Article 2, Scope of Services, shall be supplemented with the following: The Consultant agrees to provide construction support services as requested by the City in accordance with the scope of work included as Exhibit A. 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 $45,500.85 without express written modification of the Agreement signed by the City. The new total contract shall not exceed $168,301.14 without express written modification of the Agreement signed by the City. IN WITNESS WHEREOF, the parties hereto have set their hands and seals this % %7 - day of 0 C O13P/ , 2012. APPROVED: APPROVED: CITY OF TUKWILA Attested: Chris y O'Flahe , City Clerk KPG, INC. Nelson Davis, P.E. Principal /s / 9ci2(G//04-e-S Exhibit A City of Tukwila 2012 Small Drainage Program Supplement No. 3 Construction Observation Scope of work August 29, 2012 The Consultant shall provide part time construction observation services including preparation of daily reports, quantity tracking and general coordination of Contractor activities in accordance with the project Plans and Specifications. This supplement also provides for specialty geotechnical inspection and testing for levee reconstruction associated with the improvements near Fort Dent Park. The scope of services and associated cost of services (Exhibit B) are based upon the assumptions outlined below. A. Field Observation: The Consultant shall provide the services of one part-time project engineer, part-time inspector, and other tasks necessary to monitor the progress of the work. Inspection staff shall oversee all work to be performed indentified in the Contract Documents and will observe the technical progress of the construction, including day-to-day contact with the Contractor and the City. The budget assumes field observation services will require approximately 75% observation for 90 calendar days. By providing inspection oversight, the Consultant shall assume no responsibility for construction means, methods, or job site safety. The presence of the Consultant's personnel at the construction site is for the purpose of providing to the City a greater degree of confidence that the completed work will generally conform to the Contract Documents and that the integrity of the design concept as reflected in the Contract Documents has been implemented and preserved by the construction Contractor(s). The Consultant's personnel shall act in accordance with Section 1-05.1 and 1-05.2 of the current WSDOT Standard Specifications. The Consultant will endeavor to protect all parties against defects and deficiencies in the work of the Contractor(s), but cannot guarantee the Contractors' performance and shall not be responsible for construction means, methods, techniques, sequence of procedures, or for safety precautions and programs in connection with the work performed by the construction Contractor(s) and any subcontractors. Field observation staff will perform the following duties on a part time basis as a matter of their daily activities: • Prepare daily construction reports for those days on-site, detailing the Contractors operations performed; measure the quantities of materials installed; log equipment and staff used; and other associated information. • Respond to questions which may arise as to the quality and acceptability of material furnished, work performed, and rate of progress of work performed by the Contractor, including response to related questions from adjacent property owners and the general public. • Provide periodic photographs during the course of construction. Photographs will be in digital format and cataloged by date. B. Provide geotechnical site observation and testing in support of levee repair on the Fort Dent Park site. Work will be performed by GeoDesign in accordance with the attached scope of work. Deliverables: Items to be provided by the Consultant: • Inspector's Daily Reports 1- X w HOUR AND FEE ESTIMATE City of Tukwila 0 G d O 0. r- 0 O 0- 0. Q 3 c 0 V F- 7 O 11. 0 d U C N '(Q O Z — c N c N O' N U) 0 O Labor Hour Estimate 0) C_ O c E O O a (n ER 0 E co • U L o) c (5et .2 C O 0 0.),- • c rc w� L-N N O O aj .E C N O ,- co (n w c 0 Q 0 N N 0 O n a) 0) c-• n O 0) 0 0 O O 0 0 O O co O 69. oci(n OC o0 0 (0 N O N CO O O O O O O O O O 0 0 0 O N co N O O O 0 0 0 0 .(5 y c a 0 c C O O o O_ C E C Q of 2 C L„ C CO C M O Y . Q 1— ccs — O c 0 O O U U 0 U O 0 m U 0) N 0 0 C O c 0 j U) Q 0 C 0 0 t LL C N.(5 N 0 a a Total Estimated Fee: SUPPLEMENTAL AGREEMENT No. 2 AGREEMENT NO. 11-151 b PROJECT NO. 91241201 City of Tukwila Public Works Department 6300 Southcenter Boulevard #100 Tukwila, WA 98188 11-151(b) Council Approval N/A KPG, Inc. 753 - 9th Avenue N. Seattle, WA 98109 PROJECT: 2012 Small Drainage Program — Construction Support Services This SUPPLEMENTAL AGREEMENT NO. 2 is to supplement the agreement entered into with KPG, Inc. and the City of Tukwila, which was executed on the 6th day of December, 2011. All provisions in the basic agreement remain in effect, except as expressly modified as follows: Article 2, Scope of Services, shall be supplemented with the following: The Consultant agrees to provide construction support services as requested by the City in accordance with the scope of work included as Exhibit A. 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 $33,861.74 without express written modification of the Agreement signed by the City. The new total contract shall not exceed $122,800.29 without express written modification of the Agreement signed by the City. /57 IN W NESS WHEREOF, the parties hereto have set their hands and seals this day of 14 (A5 , 2012. APPROVED: CITY OF TUKWILA Attested: Christy O'Flaherty, City Clerk APPROVED: KPG, INC. • Nelson ISavis, P.E. Principal kflie, OVG,ev s Exhibit A City of Tukwila 2012 Small Drainage Program Supplement No. 2 Construction Support Scope of work June 22, 2012 The Consultant shall provide on-call Construction Engineering support services for the 2012 Small Drainage Program. All effort on this project will be as requested by the City or City assigned Construction Manager. It is anticipated that budgets between Tasks will be adjusted as required to provide the requested services. The Consultant shall provide notification and receive written approval prior to exceeding the approved project budget. The scope of services and associated cost of services (Exhibit B) are based upon the assumptions outlined below. A. The Consultant shall provide project management of consultant staff and prepare progress reports to be included with the monthly invoices. B. Prepare for and attend pre -construction conference with the City, Construction Manager, Contractor, and affected utilities. Meeting arrangements will be by the City. C. The Consultant shall provide the on-call field support to the City inspector for the duration of construction. The level of effort for field support time is estimated at 8 hours per week for the contract duration. D. The Consultant shall review material submittals and RFI's provided by the Contractor as requested by the City. Submittals pertaining to contractor means, methods, and sequencing (traffic control, erosion control, etc.) will be reviewed by the City. E. The Consultant shall review change conditions as they arise and make recommendation to the City for field changes/change orders. F. Prepare Record Drawings for the 2012 Small Drainage Program based on redline drawings provided by the City. G. The budget includes an allowance for geotechnical review of poor subgrade soil conditions as shown in Exhibit B. Geotechnical review, if required, will be provided by a subconsultant to the Consultant. Deliverables: Items to be provided by the Consultant: • Documentation from site meetings, change conditions, and field directives. • Change orders, if required. • Full size Record Drawing mylars, 2012 Small Drainage Program HOUR AND FEE ESTIMATE City of Tukwila t O 0. Q cn C O E Q) « O C o o 0) G N '0'O O Q Z — C co N c N a N CJ) N Eu Labor Hour Estimate c 0 < 64 0) c m 't mCDo '(._ o 0) 0)T O c us ea o o M • a) cr 2 .5)T C W EFT N C) N O 0) C Cn C) O) r Cw EH G m c aa) ca a) O (5 r Ll M Efl O Q ci d 0 N cc 1- N CO') M N L.0 CO 0) I- O L` � 0 1.0 T T Efi 64 EA Efl CO OD Q) 00 r 6) CO CO co64 64 co n 00 N Ea - 0 0 0 0 o N N EA 69- o fl o oon 000 N 0) ea ca O CO O a N O O O O O O N O O O 0 O O O 0 O O O O O O O O O O O O v N O v m a O O O O O O O O O v O m 0 v N 0D LO O O O O O O O O V V N O N R O � O) V) CO c •.0 E c °) v c E C O O O r ° n R c n v a O o O _ Oc o'C 0) T5 o 0) C > > 0o N as cC 0) O co O E 09 p -c-up °C m e R M.. -Ti ` 2 E C j N a a O u) w 0 . toCO < m O 0 W LLL 1- 2 dg Total Estimated Fee: SUPPLEMENTAL AGREEMENT NO. 1 AGREEMENT No. 11-151 C a) PROJECT No. 91041201 City of Tukwila Public Works Department 6300 Southcenter Boulevard #100 Tukwila, WA 98188 11-151(a) Council Approval 6/4/12 KPG, Inc. 753 - 9th Avenue N. Seattle, WA 98109 PROJECT: 2012 Small Drainage Program — Additional Project Sites. This SUPPLEMENTAL AGREEMENT NO. 1 is to supplement the agreement entered into with KPG, Inc. and the City of Tukwila, which was executed on the 6th day of December, 2011. 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 design engineering services as requested by the City in accordance with the scope of work included as Exhibit A. 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 $23, 992.79 without express written modification of the Agreement signed by the City. The new total contract shall not exceed $88,938.55 without express written modification of the Agreement signed by the City. 1-1 IN WITNESS WHEREOF, the parties hereto have set their hands and seals this 67' day of Cillj c- , 2012. APPROVED: APPROVED: CITY OF TUKWILA Attested: Christy O'Fla rty, City Clerk KPG, INC. 1\j)ot.' Nelson Davis, P.E. Principal l/l -/G// /% -f Exhibit A City of Tukwila 2012 Annual Small Drainage Program Supplement No. 1 Additional Site Mapping and Design Scope of Work April 9, 2012 KPG The purpose of this scope of work is to add mapping, design, and SEPA checklist documentation for the following project sites to be included in the 2012 Annual Small Drainage Program: • Site 6: S. 107th Street Drainage Extension Extend drainage from S 107th Street to Beacon Avenue S and eliminate ditch on the south side of 107th to the extent feasible. This project is necessary in advance of the overlay of S 107th and Beacon Ave that is scheduled for 2013. • Site 7: 52nd / 53rd Ave S Drainage Extension Extend a 12" Storm Drain from the existing 53rd Avenue South to a ponding area on the north end of 52nd Avenue South via S 142nd Street. The ponding area overflows into private property during heavy rain and no formal collection system is available on 52nd or 142nd. • Site 8: S 114th Street Drainage Crossings Provide drainage crossings at up to 3 existing catch basin locations to accommodate the overlay of S 114th Street, which is scheduled for 2013. These projects have been added due to permit complexities with Site 2 (S 128th Street/Wells Trucking) and Site 4 (Ryan Hill Pipe Repairs) of the original scope authorization. Washington Department of Fish and Wildlife will not grant an HPA for the portions of these projects that lie on private property without full fish passable compliance. The portions of these sites that are not permittable are deleted from the 2012 Small Drainage Program. Work on these projects shall include any necessary survey, alternative analyses, quantity estimating and cost estimating to complete the projects. Surveyed base maps and horizontal utility locations will be provided for all sites. Right of way will be indicated on the base maps based on available assessor information. The Consultant shall incorporate these projects into the SEPA checklist for the 2012 Small Drainage Program. City of Tukwila 2012 SDP — Supp. No. 1 1 of 2 KPG April 9, 2012 Exhibit A It is our understanding that none of the projects will require biological assessments, additional permits, detention facilities, or water quality treatment facilities. The budget assumes a straightforward approval process with no special studies or extensive coordination. All projects will be included in a single bid package to be assembled with the 2012 Annual Small Drainage Program. City of Tukwila KPG 2012 SDP — Supp. No. 1 2 of 2 April 9, 2012 HOUR AND FEE ESTIMATE d O a Total Fee N 0 LI - CO d• O CN CO 1- co O N d' to to 6) M N CO 1- ci N- O f, d• d• r d' L) r N O O O O r- CO d' O 6) O (O CO N O d' O () CO O O N O) — CO N- O O CO O O O to O P N O O) (. N Labor Hour Estimate Too U 0 COO U co r O O O O O O O N O M Technician $ 94.34 O M d' M M 00 O 104 Survey Field Crew $ 140.00 O O O M O O O O O O M Project Engineer $ 113.57 O C9 00 d- d' (� 24 1 " CO d' 70 Project Manager $ 177.45 r N N O d' N N 1- N N Or Task Description Task 1 - 2012 Small Drainage Program 1.1 Management/Coordination/Administration 1.2 Credit for deleted sites S 128th/Wells Trucking Slipline S 107th Outfall Slipline 1.3 Topographic survey / utility locates 1.4 Field reviews 1.5 Prepare Plans (estimate 5 sheets) S 107th Street Drainage Extension 52nd /53rd Ave S Drainage Extension S 114th Drainage Crossings 1.6 Incorporate into SEPA checklist 1.7 WDFW Field Review Reimbursable expenses - see breakdown for details Task Totals EA - Total Estimated Fee: Reimbursable Breakdown O O In N 64 O O c.i N O O 64 69. O H N R H 11-151 Council Approval 12/5/11 CONSULTANT AGREEMENT FOR DRAINAGE 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 drainage design services in connection with the project titled 2012 Annual Neighborhood 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. 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 365 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 $64,945.76 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 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. /S/af �Ok'/G/r�/�-mss 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 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 injury or death to persons or damage to property 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- 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) 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 agree 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 parties hereto. Neither the Consultant nor any employee of the Consultant shall 2 be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, color, national origin, religion, 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 attorney's fees, incurred in such suit from the losing party. 3 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 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 (p day of , 2011 CITY OF TUKWILA CONSULTANT Attest/Authenticated: (-1).1frtAsv, 4,4-1 Christy O'Flaherty, CMC, City Cl By: Nelson Davis, KPG Title: Principal Approved as to Form: Offibegthe ''t Attorney 4 Exhibit A City of Tukwila 2012 Annual Small Drainage Program Scope of Work November 8, 2011 KPG The Consultant shall prepare base maps, final plans, specifications, and estimates for the following small drainage projects: • Site 1: Gilliam Creek, S 154th Street crossing Finalize wall design developed in 2011 Small Drainage Program and provide pipe liner rehabilitation of existing pipe crossing 42"d Avenue S. This site will require a Hydraulic Project Approval (HPA) from Washington Department of Fish and Wildlife (WDFW). • Site 2: S 128th Street / 37th Avenue S Pipe Repairs Provide replacement and/or pipe liner rehabilitation on 6 pipe reaches in the vicinity of S 128th Street intersection with 37th Avenue S and the adjacent Wells Trucking parcel. This site will require an HPA from WDFW. • Site 3: Tukwila Parkway Outfall Provide realignment and replacement of the outfall pipe that discharges north of the recent Klickitat project. This site will require an HPA from WDFW. • Site 4: Ryan Hill Pipe Repairs Provide manhole and pipe replacement and/or pipe liner rehabilitation on 3 pipe reaches in the vicinity of S 109th Street intersection with 47th Avenue S and repair the existing outfall on 49th Avenue South. This site will require an HPA from WDFW. • Site 5: Fort Dent Outfall Improvements Install new manhole in levee, flap gate on 15 -inch outfall pipe, and repair outfall area as necessary. This project is included as a stand-alone design task (Task 2) due to grant funding from King County Flood District Operations Fund. This site will require an HPA from WDFW. Work on these projects shall include any necessary survey, alternative analyses, quantity estimating and cost estimating to complete the projects. Surveyed base maps and horizontal utility locations will be provided for all sites. Right of way will be indicated on the base maps based on available assessor information. City of Tukwila KPG 2012 Annual Small Drainage Program 1 of 2 November 8, 2011 Exhibit A The Consultant shall prepare a SEPA checklist and JARPA application to obtain the HPA. The checklist and JARPA will cover all project sites in a single document. Geotechnical review of Site 1 will be provided to document soil conditions for design of the deep pipe crossing liner and recommendations for wall design parameters to be included in the specifications. It is our understanding that none of the projects will require biological assessments, additional permits, detention facilities, or water quality treatment facilities. The budget assumes a straightforward approval process with no special studies or extensive coordination. It is anticipated that the projects will be bid as one package for the 2012 Small Drainage Program. The Consultant shall perform base mapping, permit agency coordination, utility coordination, and preliminary design and cost estimating for each of the project sites to assist the City with prioritization for the bid package based on available funding and other considerations. For the 2012 Small Drainage Program, the Consultant shall submit 50% (plans and estimate only) and 90% plan, specification, and estimate submittals for City review prior to bidding. The City may reprioritize the projects based on estimated costs and available budget. Deliverables: The Consultant shall provide the following deliverables: • Distribution of 50% Plans to utilities • SEPA checklist • JARPA application 2012 Small Drainage Program: • 10 copies, 50% Plans and Estimates • 5 copies, 90% Plans, Specifications and Estimates • Full size mylar copy of Final Plans • 10 copies, '/2 size Final Plans (Bond) • 10 copies, Final Specifications • 1 copy, Final Engineers Estimate • Coordination and upload to BXWA.com The City shall provide the following items: • Property owner contact information • Plan reviews and comments • Easement negotiations, if required. • Fees associated with advertisement on BXWA.com City of Tukwila KPG 2012 Annual Small Drainage Program 2 of 2 November 8, 2011 HOUR AND FEE ESTIMATE 0 • 0 • U CO 0 4.. is I.X 0 .44 040 U EC d 4�W d m'> �U O L a Total Fee a) a) LL $ 985.84 $ 12,213.36 $ 1,995.72 Tt Lri O 0t) N ka696464 CO O O) O CO L0 to O) co N cr O) O) O (O $ 2,018.18 00 O 0) E4 ' CA m• Cs, N 64 $ 592.30 $ 2,018.18 r O) CO N 6469 N 4 0) N N $ 15,950.00 $ 61,264.78 $ 377.36 In C`') Cn In N te64 CO O N J $ 50.00 co O co CO Ch u) Labor Hour Estimate Clerical $ 69.01 .4-00 O O O O O N N O N O N N et Technician $ 94.34 O CO d' r M r M CO N CO O CO CO COCV 170 O Survey Field Crew $ 140.00 0 50 0 0 0 0 0 0 0 00000 l� co O O co Project Engineer $ 113.57 OCO T 00 co N a0 24 w N O CO a0 00 M 1- O CO N 10 Project Manager $ 177.45 d- - O el. N N N N N N � O N Tr N M O N N et Task Description Task 1 - 2012 Small Drainage Program 1.1 Management/Coordination/Administration 1.2 Topographic survey / utility locates 1.3 Field reviews 1.4 Prepare Plans (estimate 12 sheets) Gilliam Creek, S 154th Street Crossing S 128th/37th Tukwila Parkway Ryan Hill pipe repairs Prepare Detail Sheets Subconsultant coordination for site 1 geotech 1.5 2012 Small Drainage Program Prepare 50% & 90% Review Submittals Utility coordination Quantity and Cost Estimating Prepare Specifications Finalize Bid Documents Reimbursable expenses - see breakdown for details Task Totals Task 2 - Fort Dent Outfall Improvements 2.1 Prepare Base Map 2.2 Prepare Plans, Specs, Est for inclusion in 2012 SDP 2.3 Prepare permit applications as part of overall project Reimbursable expenses - see breakdown for details Task Totals {F} Total Estimated Fee: m 1- m 1 Lux w HOUR AND FEE ESTIMATE (115 • 0 •C 04C .0 Us.0 «Q� 0mw GU co ♦4♦ E (0 L a) F. a a) (0 c 0 ct O 4s 2 3 O Q N = T o V Labor Hour Estimate c �y O U M 4 c L V 1_ 69 Y 4) co 1- N O U Reimbursable Breakdown o0000 00000 o0000 o (n O O u) N O O a) O in 10 r c O Task 1 - Total O O (ri N 0 O Lci N 0 0 69 69 co c 4) E O a E Y O a) alr C: 4)C ❑ G O LL N 1— U 4) cc