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