HomeMy WebLinkAbout20-131 - KPG, P.S. - Engineering Services: East Marginal Way South Stormwater Outfalls ProjectCity of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 20-131(a)
Council Approval 12/6/21
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and KPG, Inc.
That portion of Contract No. 20-131 between the City of Tukwila and KPG, Inc. is hereby
amended as follows:
Section 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.
Section 3. Duration of Agreement; Time for Performance. This Agreement shall be in full
force and effect for a period commencing upon execution and ending March 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 March 30,2022 unless an extension of such time is granted in writing by the
City.
Section 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 $54,446, and that the total contract payment amount shall not exceed
$234,424.98 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.
CA Revised December 2016
Page 1 of 2
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 20-131(a)
Council Approval 12/6/21
All other provisions of the contract shall remain in full force and effect.
Dated this 22nd day of December , 2021.
CITY OF TUKWILA CONTRACTOR
HP
Allan Ekberg, Mayor
12/22/2021
Printed Name: Daniel Clark, PSM
ATTEST/AUTHENTICATED APPROVED AS TO FORM
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Revised December 2016
Page 2 of 2
EXHIBIT A
City of Tukwila
East Marginal Way South
Stormwater Outfalls Project
Supplement for Construction Services
Scope of Work
November 2021
This supplement will provide additional services by the Consultant to reach Physical
Completion of the East Marginal Way South Stormwater Outfall project. Added scope and
time due to unforeseen conditions as found in Change Orders #02 and #03 have resulted in
budget overages for the Consultant. While no additional days were added to the construction
contract the Contractor was granted a suspension of working days to accommodate their
schedule. The Consultant has had to expend additional effort during this suspension in order
to resolve issues and continue to manage the project during the suspension. The
Consultant's original scope of work included Part Time Documentation and Part Time RE
duties for the duration of this project. With the added work in Change Orders #02 and #03
this part time staffing was greatly increased and nearly full time work was needed to facilitate
these changed conditions.
The change orders for this project increased the Consultant's work as follows:
1) C.O. #02 for added sidewalk increased the coordination effort required of the RE (Matt
North) to facilitate a new design through RFI's and the Change Order process. This
included more on-site meetings to review existing conditions and coordination effort
with the design team to come up with new plan sheets. While no added days were
granted to the Contractor the added effort in the background to facilitate this design
change was a burden the Consultant's original Contract had not anticipated.
2) C.O. #03 for the re -designed stormwater facilities due to utility conflicts added time
again in the RFI process, responding to serial letters from the Contractor and multiple
on-site meetings to facilitate coordination efforts between the Contractor and design
staff in order to develop new plan sheets to be incorporated into the project.
All other aspects of Tasks 1 and Task 6 below remain unchanged from the original Contract.
TASK 1 — MANAGEMENT / COORDINATION / ADMINISTRATION
1.1 The Consultant will provide continuous project management for the project duration.
1.2 The Consultant shall prepare monthly progress reports identifying work in progress, upcoming
work elements, and reporting of any delays, problems, or additional information needs. The
monthly progress reports shall be submitted with invoices.
City of Tukwila KPG
EMW Stormwater Outfalls Page 1 of 7 November 2021
Task 1 Deliverables:
■ Monthly progress reports during construction.
TASK 6 — CONSTRUCTION PHASE SERVICES
This work will provide construction management services for the construction contract. These services
will include design support, project management, documentation control, inspection, materials testing,
and contract administration during the construction of the project, as detailed below. The objective
and purpose of this task 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 Project documentation is
accounted for. The following general assumptions were used for developing this budget estimate:
General Assumptions:
• The proposed project team will include one part-time documentation control specialist, a
part-time resident engineer during construction activities, a full-time inspector, sub -consultants
to provide services for materials testing, and other supporting tasks as deemed necessary.
It is anticipated that full- time site observation will be required for the entirety of the project.
• The level of service is based on a construction project duration of approximately 40 working
days.
• KPG estimates a total project construction duration of 60 working days (12 weeks) including
preconstruction service, construction services, and project closeout. No suspensions or
stop work periods are anticipated during this duration; however, a procurement suspension
may be considered prior to beginning construction if requested by the Contractor.
• It is anticipated that the KPG will develop the Record of Materials (ROM). This scope of
services provides the management of the ROM and scheduling of required materials testing
respectively.
• It is anticipated that the City will review and execute the insurance, bonds, and the
Construction Contract.
• The design engineers from KPG will be available during construction to answer questions
during construction and review RAM's, shop drawings, and answer RFI's that require a level
of engineering expertise outside of the capabilities of the field personnel.
• Services will be performed in accordance with the Contract plans & special provisions, and
City engineering standards.
6.1 Provide overall project management, coordination with the City, monthly progress reports,
and invoicing during the construction phase. This effort will include the following elements.
• Organize and layout work for project staff. Prepare project instructions on contract
administration procedures to be used during construction.
City of Tukwila KPG
EMW Stormwater Outfalls Page 2 of 7 November 2021
• Review monthly expenditures and CM team scope activities. Prepare and submit project
progress letters to the City along with invoices describing CM services provided each
month. Prepare and submit reporting required by funding source(s).
6.2 Preconstruction Conference: The Consultant will prepare an agenda for, distribute notices of,
and conduct a preconstruction conference in the City's offices. The Consultant's project
manager, resident engineer, inspector, and document control specialist will attend the
preconstruction conference. The Consultant 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 facilitate discussions with the
Contractor concerning the plans, specifications, schedules, issues with utilities, unusual
conditions, Federal, State, and local requirements and any other items that will result in better
project understanding among the parties involved.
6.3 Field Construction Services shall include:
A. On-site Observation: The Consultant shall provide the services of one full time inspector
during construction activities and other tasks necessary to monitor the progress of the work.
Construction staff shall oversee the following items of work, on the project site, and will observe
the technical progress of the construction, including providing day-to-day contact with the
Contractor and the City:
Field inspection staff will perform the following duties as a matter of their daily activities:
i. 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 1-05.1 and 1-05.2 of the 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 during site visits.
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 and KPG.
vi. Resolve questions which may arise as to the quality and acceptability of material
furnished, work performed, and rate of progress of work performed by the construction
contractor.
vii. Establish communications with adjacent property owners. Respond to questions from
property owners and the general public.
viii. Coordinate with permit holders on the Project to monitor compliance with approved
permits, if applicable.
ix. Prepare field records and documents to help assure the Project is administered in
accordance with the funding requirements.
City of Tukwila KPG
EMW Stormwater Outfalls Page 3 of 7 November 2021
x. Collect and calculate delivery tickets and salesman'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 periodic digital photographs during the course of construction, and record
locations.
xiii. Coordinate with the City's maintenance personnel.
xiv. Punch list. Upon substantial completion of work, coordinate with the Client and affected
agencies, to prepare a `punch list' of items to be completed or corrected. Coordinate
final inspection with those agencies.
B. Substantial Completion: Upon substantial completion of work, coordinate with the City and
other affected agencies, to perform a project inspection and develop a comprehensive list of
deficiencies or `punchlist' of items to be completed. A punchlist and Certificate of Substantial
Completion will be prepared by the Consultant and issued by the City.
C. Materials Testing: Coordinate the work of the materials testing technicians and testing
laboratories in the observation and testing of materials used in the construction; document and
evaluate results of testing; and address deficiencies. Frequency of testing shall be determined
by the resident engineer.
Assumptions:
• Consultant will provide observation services for the days/hours that the contractor's
personnel are on-site.
• Consultant will provide qualified personnel for inspection of all bid item work.
• 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 City, as detailed in the Contract Documents. The
Consultant cannot guarantee the construction contractors' performance, and it is
understood that Consultant shall assume no responsibility for: proper construction
means, methods, techniques; project site safety, safety precautions or programs; or for
the failure of any other entity to perform its work in accordance with laws, contracts,
regulations, or City's expectations.
Deliverables:
• Daily Construction Reports with project photos — submitted on a weekly basis
• Punch List, Certificate of Substantial Completion
• Review test reports for compliance
6.3 Office Construction Services shall include:
A. Document Control. Original documentation will be housed at the Consultant's office,
and filed in accordance with standard filing protocol. A copy of working files will be
maintained in the field office.
City of Tukwila
EMW Stormwater Outfalls
Page 4 of 7
KPG
November 2021
Document Control consists of:
• Final Estimate (Approving Authority File)
• Comparison of Preliminary and Final Quantities (Approving Authority File)
• Final Records (Approving Authority File)
• Record of Material Samples and Tests
• Affidavit of Wages Paid
• Release for the Protection of Property Owners and General Contractor
B. Project Coordination: Liaison with City, construction contractor, engineer, utilities and
property owners on a regular basis to discuss project issues and status.
C. 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,
and/or budget changes.
D. Weekly Meetings: Lead weekly meetings, including preparation of agenda, meeting
minutes, and distribution of minutes to attendees. Outstanding issues to be tracked on a
weekly basis.
E. Initial Schedule Review: Perform detailed schedule review of contractor provided CPM
for conformance with the contract documents.
F. Lump Sum Breakdown: 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 with detailed data.
G. Monthly Pay Requests: Prepare monthly requests for payment, review with the City,
contractor and approve as permitted. Utilize City provided format for pay estimates, or
Consultant format.
H. Monthly Schedule Review: At the monthly cutoff, review contractor's updated schedule
and compare with field -observed progress, as described in Section 1-08 of the Special
Provisions. In addition, perform schedule analysis on contractor provided CPM updates
and review schedule for delays and impacts. Coordinate with Contractor in the development
of recovery schedules, as needed, to address delays caused by either events or issues
within the Contractor's control or other events or issues beyond the Contractor's control.
I. Certified Payroll: Process and track all certified payroll per State Prevailing Wage
Requirements. This includes verifying the initial payroll for compliance and 10% of all
payrolls submitted thereafter. Tracking payroll each week.
J. Weekly Statement of Working Days: Prepare and issue weekly statement of working
day report each week.
K. Subcontractor Documentation: Process / Approve all required subcontractor
documentation. Request to Sublets will be 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.
L. Record Drawings: Review record drawings prepared by the Contractor, and prepare a
conformed set of project record drawings based on Contractor provided information and from
inspection notes. Record drawings to be verified on a monthly basis, as part of the progress
payment to the Contractor. Upon project completion, contractor provided markups will be
City of Tukwila KPG
EMW Stormwater Outfalls Page 5 of 7 November 2021
verified for completeness and supplemented with inspection information. The Consultant
will provide the marked up plan sheets with both the contractors and inspectors as -built
information as well as CAD updates incorporating these markups.
M. Physical Completion Letter: Following completion of all punchlist work, prepare
physical completion letter to the contractor, and recommend that City and/or Utilities
accept the project.
N. Project Closeout: Transfer all project documents to the City for permanent storage.
• Schedule review comments
• As -built schedule
• Meeting agendas and notes
• Monthly Pay Estimates
• Subcontractor Packets
• Cost Projection
• Physical Completion Letter
• Final Project Documents
6.4 Submittal and RFI processing
A. Submittals: Coordinate review process for shop drawings, samples, traffic control plans,
test reports, and other submittals from the Contractor for compliance with the contract
documents. Key submittals to be transmitted to the City for their review and approval.
Submittals shall be logged and tracked.
B. Request for Information (RFI): Review and respond to RFI's. RFI's shall be logged and
tracked.
C. Record of Materials (ROM): Utilize ROM prepared by KPG_and update based on Special
Provisions and Plans for use on the project, based on the contract specifications. The ROM will
be maintained by the Resident Engineer. The ROM will track all of the materials delivered to
the site including manufacturer/supplier, approved RAM's, QPL items, material compliance
documentation, and all other required documentation.
Deliverables
• Submittal log
• RFI Log
• Completed Record of Material for Material Certification
6.5 Change Management
A. Case Log: Develop and maintain a case log which includes change orders, RFP's,
Field Work Directives
B. Change Orders: Develop change orders and provide technical assistance to negotiate change
orders, and assist in resolution of disputes which may occur during the course of the project.
Each change order will be executed in accordance with WSDOT Standard Specifications and
contain the following:
• Change order
• Independent Cost Estimate
• Time Impact Analysis
• Contractor's Pricing
City of Tukwila KPG
EMW Stormwater Outfalls Page 6 of 7 November 2021
• Verbal Approval Memo
• Back up documentation
C. Field Work Directives: Prepare field work directives as necessary to keep the contractor
on schedule.
D. Minor Change Orders: Develop minor change orders per WSDOT Standard Specifications.
Each minor change order will be executed and contain the following:
• Independent Cost Estimate
• Verbal Approval Memo
• Back up documentation
E. Force Account: Track contractor force account labor, equipment and materials. All force
account calculations will be verified by the engineer and double checked by the documentation
specialist.
Deliverables
• Change Order(s)
• Case Management Log
• RFI Log
• Minor Change Order(s)
• Force Account Records
City of Tukwila KPG
EMW Stormwater Outfalls Page 7 of 7 November 2021
Labor Hour Estimate
U
w �
c 2 v
A F U p
U
E
E w G
vt7 y
v Q
c O y O
U
os
O W
K W
os
111
O i
y
F m
y
0 m
o `
c =
U Z
N
Task Description
O
a
0
co
00
U
E
m
C
2
H
O
cq
V
Task 6 - Construction Phase Services
LO
E
U
E
Field Construction Service
Office Construction Service
E
E
U
Total Labor Hours and Fee
Subconsultants
0
LL'`
Reimbursable Direct Non -Salary Costs
E
rc
Total Supplement Budget
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: East Marginal Wy S Stormwater Outfalls Project No. 91041204
DESCRIPTION: Establish legal drainage connections from East Marginal Way South to the Duwamish River.
JUSTIFICATION: Drainage from E Marginal Wy S is discharged through outfalls owned and operated by the Boeing Co.,
Jorgensen Forge, and two King County Airport storm systems without easements.
STATUS: Design completed and approved by the Department of Ecology. Construction is anticipated to begin in
September 2020.
MAINT. IMPACT: Clarifies maintenance responsibility and will ensure reliability of system.
City adopted the Z Line in 2015. Construction includes pipe lining, installation of water quality and connecting
COMMENT: the Jorgenson drainage area to Boeing's Z Line. DOE design and construction grant awarded in 2018 for
$1.1m.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022
2023
2024
2025
2026
BEYOND TOTAL
EXPENSES
Design
265
45
310
Monitoring
31
11
11
53
Const. Mgmt.
50
265
315
Construction
300
1,000
1,300
TOTAL EXPENSES
296
406
1,276
0
0
0
0
0
0
1,978
FUND SOURCES
Awarded Grant RCO
164
100
842
1,106
KCFCD
50
50
Proposed Grant
0
Mitigation Expected
0
Utility Revenue
132
256
434
0
0
0
0
0
0
822
TOTAL SOURCES
296
406
1,276
0
0
0
0
0
0
1,978
.011101111)11,
2021 - 2026 Capital Improvement Program
84
83
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number: 20-131
Council Approval 11/23/20
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as The City", and KPG, P.S., 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 'East Marginal Way South Stormwater Outfalls Project'.
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 As reement• Time for Performance. 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.
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
"6" attached hereto, provided that the total amount of payment to the Consultant shall
not exceed $179,978.98 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.
1/2
5. Ownershi 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. Com • fiance 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 Liabilit ; insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non -owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a
substitute form providing equivalent liability coverage. If necessary, the policy
shall be endorsed to provide contractual liability coverage.
2. Commercial General Liabilit insurance with limits no less than $2,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop -gap independent contractors
and personal injury and advertising injury. The City shall be named as an
additional insured under the Consultant's Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised May 2020
Page 2
4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for
the full available limits of Commercial General and Excess or Umbrella liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract or whether any certificate of
insurance furnished to the Public Entity evidences limits of liability lower than those
maintained by the Contractor.
C. 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.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
E. 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 Contractor
before commencement of the work. Upon request by the City, the Consultant shall
furnish certified copies of all required insurance policies, including endorsements,
required in this Agreement and evidence of all subcontractors' coverage.
F. 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.
G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds
due the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
10. Covenant A• ainst Contin• ent 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.
CA revised May 2020
Page 3
11. Discrimination Prohibited. Contractor, 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,
the presence of any disability, or any other protected class status under state or federal law,
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. Severabilit and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive termination
of this Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
KPG
3131 Elliott Ave, 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.
CA revised May 2020
Page 4
DATED this 17th day of December , 20 20
CITY OF TUKWILA
CONSULTANT
C-4(La.,t Se5e/cg
By:
Allan Ekberg, Mayor 12/17/2020
Printed Name: Nelson Davis, KPG
Title: Principal
Attest/Authenticated: Approved as to Form:
Oh4.€4.e-90.6,7(eth&9
cji e(r---)te;
City Clerk, Clerk, Christy O'Flaherty Office of the City Attorney
CA revised May 2020
Page 5
EXHIBIT A
City of Tukwila
East Marginal Way South
Stormwater Outfalls Project
Final Design and Construction Services
Scope of Work
November 03, 2020
This Contract is provided to complete work originally scoped under Supplement No. 6 for
Contract 14-010. Contract completion was delayed as a result of grant funding delays by the
Department of Ecology and inadvertently allowed to expire. This Contract provides for work
performed within the original contract scope and budget between the previous contract
expiration date of July 31, 2020 and contract completion.
Drainage from East Marginal Way South historically discharged through outfalls owned and
operated by the Boeing Company, Jorgensen Forge, and two King County Airport storm
systems. The Jorgensen Forge outfall was abandoned in 2012 under orders from the
Department of Ecology (DOE) due to contaminants within the conveyance pipe and this East
Marginal Way South discharge has been temporarily diverted to the King County Airport
outfall.
Improvements are proposed to utilize the Boeing Z Line outfall in Iieu of the King County
Airport. This project will improve water quality in the Duwamish River through the installation
of conveyance, stormwater treatment facilities, and permeable pavement, as well as lining a
leaky storm pipe along East Marginal Way. The project will provide water quality treatment
for toral suspended solids (TSS) and will reduce groundwater contamination.
Under previous contract authorization, KPG prepared topographic survey, a pre -design
report, limited environmental approvals, and preliminary design in the format required for the
2013-15 Municipal Stormwater Capacity Grant Program. DOE has provided comments to
this report and determined that the project remains eligible for final design and construction
grant funds; however, these funds were put on hold in 2015 due to a lack of available funds.
Funding was recently re -authorized by DOE to complete final design and construction.
This supplement is provided to complete environmental documentation, geotechnical
analysis, final design, bid period services, and construction management in accordance with
the attached scope of work and grant funding requirements.
City of Tukwila KPG
EMW Stormwater Outfalls
Page 1 of 10 November 03, 2020
TASK 1 — MANAGEMENT / COORDINATION / ADMINISTRATION
1.1 The Consultant will provide continuous project management for the project duration (8 months
for final design).
1.2 The Consultant shall prepare monthly progress reports identifying work in progress, upcoming
work elements, and reporting of any delays, problems, or additional information needs. The
monthly progress reports shall be submitted with invoices.
Task 1 Deliverables:
• Monthly progress reports during design period (8 months).
TASK 2 — PERMITTING
2.1 The Consultant shall prepare a draft and final SEPA checklist describing the project
improvements for submittal and coordination by the CIty.
2.2 The Consultant shall prepare and submit an Inadvertent Discovery Plan (IDP) in accordance
with DOE grant requirements. The IDP MI be Included as an appendix to the final project
specifications.
Task 2 Deliverables:
• Draft and Final SEPA checklist, 2 paper copies and 1 pdf.
• IDP uploaded to DOE EAGL site for approval.
Task 2 Assum tions:
• No other permits will be required.
• Previous EO 05-05 approval from DAHP remains valid.
• Fees, signage, and public notice of SEPA will be by the City.
TASK 3— GEOTECHNICAL EXPLORATION
3.1 Previous geotechnical analysis by GeoDesign under subcontract to the Consultant will be
utilized for final design. We have included a $5,000 budget for final design support and to
incorporate comments on the draft geotechnical report in order to prepare the final geotechnical
report.
TASK 4— UTILITY AND AGENCY COORDINATION
4.1 Washington Department of Ecology: The Consultant shall prepare for and attend up to two (2)
coordination meetings and provide necessary phone and email communication with DOE and
the City for review and comment of the pre design and design submittal.
City of Tukwila KPG
EMW Stormwater Outfalls Page 2 of 10 November 03, 2020
4.2 Boeing: The Consultant shall prepare for and attend up to two (2) coordination meetings with
the City and Boeing to coordinate access and design information for work on Boeing property.
4.3 Private Utilities (gas, water, sewer, power, telephone, cable): The Consultant shall distribute
design submittals to utility owners and identify and conflicts and potholing needs. Utility provided
potholes shall be surveyed by the Consultant and incorporated into base maps.
Task 4 Deliverables:
• Plan distribution to private utilities.
Task 4 Assumptions:
• Potholing of existing private utilities, if required, will be performed by the utility owner and is not
included in this scope of work.
• No permits will be required by BNSF for work in the City right of way.
• Obtaining easements from Boeing is not included in this scope of work.
TASK 5— FINAL DESIGN
The Consultant shall prepare Final Plans, Specifications and Estimates for review and approval by the
City based on City and DOE comments received at the preliminary design submittal and DOE grant
requirements. Plans shall be formatted to provide sufficient detail for convenient field layout of all
proposed facilities. City standard details and WSDOT standard plans will be supplemented with project
specific details as required.
5.1 The Consultant shall review and update previous design report and preliminary design based
on comments received in 2015 from the City and DOE. Design Report and 90 percent plans,
specifications, and estimate will be uploaded to the DOE EAGL site as required by the grant.
5.2 Respond to up to two (2) rounds of DOE comments in order to obtain DOE acceptance of the
Design Report and 90% Plans.
5.3 The Consultant shall prepare draft Bid Plans for submittal to the City and upload to the DOE
EAGL site as required by the grant. Mechanical and electrical support for stormwater pump
station design will be provided by the City's proprietary pump system supplier, Calvert Technical
Services, Inc. A $5,000 allowance is provided for design review and input from Calvert Technical
Services, Inc.
5.4 The Consultant will calculate quantities and prepare construction cost opinions in support ofthe
90% and Final Bid Plans and upload to DOE EAGL site as required by the grant.
5.5 The Consultant will prepare 90% and Final Bid Specifications for review and approval by the
City and DOE. Specifications will be based on 2018 WSDOT Standard Specifications, using
contract boilerplate and general special provisions provided by the City.
5.6 Prepare a preliminary Construction Schedule in accordance with DOE grant requirements and
upload to EAGL site. The Construction Schedule will be used for determining contract working
City of Tukwila KPG
EMW Stormwater Outfalls Page 3 of 10 November 03, 2020
days; however, the actual schedule and sequencing will be determined by the Contractor in
accordance with Contract requirements.
5.7 Upload final Bid Documents to BXWA.com in .pdf format for bidding. The Consultant shall
respond to bidder inquiries, prepare necessary addenda, attend bid opening, and prepare
recommendation for award letter for City consideration.
Task 5 Deliverables:
90% and Bid Submittals
▪ One (1) %-size unbound, seven (7) %-size bound of the Construction plans. Upload to DOE
EAGL site.
▪ One (1) hard copy, and two (2) electronic version (PDF and Excel) of the Engineer's Estimate of
Probable Cost. Upload to DOE EAGL site.
• One (1) electronic version of the Special Provisions and seven (7) hard copies. Upload to DOE
EAGL site.
• One (1) hard copy and .pdf with a summaryof responses to the previous submittal. Upload to
DOE EAGL site.
▪ One (1) hard copy and .pdf of preliminary construction schedule. Upload to DOE EAGL site.
• Addenda, Bid Tabulation, and Recommendation to either award or reject low bidder, .pdf.
Task 5 Assumptions:
• Topographic survey prepared under previous authorization will be used for final design.
• Scope of improvements for final design will be in general accordance with 2015 design report and
preliminary design.
TASK 6 — CONSTRUCTION PHASE SERVICES
This work will provide construction management services for the construction contract. These services
will include design support, project management, documentation control, inspection, materials testing,
and contract administration during the construction of the project, as detailed below. The objective
and purpose of this task 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 Project documentation is
accounted for. The following general assumptions were used for developing this budget estimate:
General Assumptions:
The proposed project team will include one part-time documentation control specialist, a
part-time resident engineer during construction activities, a full-time inspector, sub -consultants
to provide services for materials testing, and other supporting tasks as deemed necessary.
It is anticipated that full- time site observation will be required for the entirety of the project.
• The level of service is based on a construction project duration of approximately 40 working
City of Tukwila KPG
EMW Stormwater Outfalls Page 4 of 10 November 03, 2020
days.
KPG estimates a total project construction duration of 60 working days (12 weeks) including
preconstruction service, construction services, and project closeout. No suspensions or
stop work periods are anticipated during this duration; however, a procurement suspension
may be considered prior to beginning construction if requested by the Contractor.
It is anticipated that the IKPG will develop the Record of Materials (ROM). This scope of
services provides the management of the ROM and scheduling of required materials testing
respectively.
It is anticipated that the City will review and execute the insurance, bonds, and the
Construction Contract.
The design engineers from KPG will be available during construction to answer questions
during construction and review RAM's, shop drawings, and answer RFI's that require a level
of engineering expertise outside of the capabilities of the field personnel.
Services will be performed in accordance with the Contract plans & special provisions, and
City engineering standards.
6.1 Provide overall project management, coordination with the City, monthly progress reports,
and invoicing during the construction phase. This effort will include the following elements.
Organize and layout work for project staff. Prepare project instructions on contract
administration procedures to be used during construction.
• Review monthly expenditures and CM team scope activities. Prepare and submit project
progress letters to the City along with invoices describing CM services provided each
month. Prepare and submit reporting required by funding source(s).
6.2 Preconstruction Conference: The Consultant will prepare an agenda for, distribute notices of,
and conduct a preconstruction conference in the City's offices. The Consultant's project
manager, resident engineer, inspector, and document control specialist will attend the
preconstruction conference. The Consultant 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 facilitate discussions with the
Contractor concerning the plans, specifications, schedules, issues with utilities, unusual
conditions, Federal, State, and local requirements and any other items that will result in better
project understanding among the parties involved.
6.3 Field Construction Services shall include:
A. On-site Observation: The Consultant shall provide the services of one full time inspector
during construction activities and other tasks necessary to monitor the progress of the work.
Construction staff shall oversee the following items of work, on the project site, and will observe
the technical progress of the construction, including providing day-to-day contact with the
Contractor and the City:
Field inspection staff will perform the following duties as a matter of their daily activities:
City of Tukwila KPG
EMW Stormwater Outfalls Page 5 of 10 November 03, 2020
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 1-05.1 and 1-05.2 of the Standard Specifications.
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 during site visits.
Document all material delivered to the job site in accordance with the contract
documents.
v. 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 and KPG.
vi. Resolve questions which may arise as to the quality and acceptability of material
furnished, work performed, and rate of progress of work performed by the construction
contractor.
Establish communications with adjacent property owners. Respond to questions from
property owners and the general public.
viii. Coordinate with permit holders on the Project to monitor compliance with approved
permits, if applicable.
x. Prepare field records and documents to help assure the Project is administered in
accordance with the funding requirements.
x, Collect and calculate delivery tickets and salesman'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 periodic digital photographs during the course of construction, and record
locations.
xiii. Coordinate with the City's maintenance personnel.
xiv. Punch list. Upon substantial completion of work, coordinate with the Client and affected
agencies, to prepare a 'punch Iist of items to be completed or corrected. Coordinate
final inspection with those agencies.
B. Substantial Completion: Upon substantial completion of work, coordinate with the City and
other affected agencies, to perform a project inspection and develop a comprehensive list of
deficiencies or punchlist' of items to be completed. A punchlist and Certificate of Substantial
Completion will be prepared by the Consultant and issued by the City.
C. Materials Testing: Coordinate the work of the materials testing technicians and testing
laboratories in the observation and testing of materials used in the construction; document and
evaluate results of testing; and address deficiencies. Frequency of testing shall be determined
by the resident engineer.
City of Tukwila KPG
EMW Stormwater Outfalls Page 6 of 10 November 03, 2020
Assumptions:
Consultant will provide observation services for the days/hours that the contractor's
personnel are on-site.
Consultant will provide qualified personnel for inspection of all bid item work.
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 City, as detailed in the Contract Documents. The
Consultant cannot guarantee the construction contractors' performance, and it is
understood that Consultant shall assume no responsibility for: proper construction
means, methods, techniques; project site safety, safety precautions or programs; or for
the failure of any other entity to perform its work in accordance with laws, contracts,
regulations, or City's expectations.
Deliverables:
• Daily Construction Reports with project photos — submitted on a weekly basis
• Punch List, Certificate of Substantial Completion
• Review test reports for compliance
6.3 Office Construction Services shall include:
A. Document Control. Original documentation will be housed at the Consultant's office,
and filled in accordance with standard filing protocol. A copy of working files will be
maintained in the field office.
Document Control consists of:
• Final Estimate (Approving Authority File)
• Comparison of IPrelliminary and Final Quantities (Approving Authority File)
• Final Records (Approving Authority File)
• Record of Material Samples and Tests
• Affidavit of Wages Paid
• Release for the Protection of Property Owners and General Contractor
B. Project Coordination: Liaison with City, construction contractor, engineer, utilities and
property owners on a regular basis to discuss project issues and status.
C. Plan interpretations: Provide tecIhnicall 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,
and/or budget changes.
D. Weekly Meetings: Lead weekly meetings, including preparation of agenda, meeting
minutes, and distribution of minutes to attendees. Outstanding issues to be tracked on a
weekly basis.
E. Initial Schedule Review: Perform detailed schedule review of contractor provided CPM
for conformance with the contract documents.
F. Lump Sum Breakdown: Evaluate construction contractors' Schedule of Values for lump
sum items. Review the Contract Price allocations and verify that such allocations are
City of Tukwila KPG
EMW Stormwater Outfalls Page 7 of 10 November 03, 2020
made in accordance with the requirements of the Contract Documents. Lump Sum
Breakdowns for payment each month will be calculated with detailed data.
G. Monthly Pay Requests: Prepare monthly requests for payment, review with the City,
contractor and approve as permitted. Utilize City provided format for pay estimates, or
Consultant format.
H. Monthly Schedule Review: At the monthly cutoff, review contractor's updated schedule
and compare with field -observed progress, as described in Section 1-08 of the Special
Provisions. In addition, perform schedule analysis on contractor provided CPM updates
and review schedule for delays and impacts. Coordinate with Contractor in the development
of recovery schedules, as needed, to address delays caused by either events or issues
within the Contractor's control or other events or issues beyond the Contractor's control.
I. Certified Payroll: Process and track all certified payroll per State Prevailing Wage
Requirements. This includes verifying the initial payroll for compliance and 10% of all
payrolls submitted thereafter. Tracking payroll each week.
J. Weekly Statement of Working Days: Prepare and issue weekly statement of working
day report each week.
K. Subcontractor Documentation: Process / Approve all required subcontractor
documentation. Request to Sublets will be 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.
L Record Drawings: Review record drawings prepared by the Contractor, and prepare a
conformed set of project record drawings based on Contractor provided information and from
inspection notes. Record drawings to be verified on a monthly basis, as part of the progress
payment to the Contractor. Upon project completion, contractor provided markups will be
verified for completeness and supplemented with inspection information. The Consultant
will provide the marked up plan sheets with both the contractors and inspectors as -built
information as well as CAD updates incorporating these markups.
M. Physical Completion Letter: Following completion of all punchlist work, prepare
physical completion letter to the contractor, and recommend that City and/or Utilities
accept the project.
N. Project Closeout: Transfer all project documents to the City for permanent storage.
• Schedule review comments
• As -built schedule
• Meeting agendas and notes
• Monthly Pay Estimates
• Subcontractor Packets
• Cost Projection
• Physical Completion Letter
• Final Project Documents
6.4 Submittal and RFI processing
A. Submittals: Coordinate review process for shop drawings, samples, traffic control plans,
test reports, and other submittals from the Contractor for compliance with the contract
documents. Key submittals to be transmitted to the City for their review and approval.
Submittals shall be logged and tracked.
City of Tukwila KPG
EMW Stormwater Outfalls Page 8 of 10 November 03, 2020
B. Request for Information (RFI): Review and respond to RFI's. RFPs shall be logged and
tracked.
C. Record of Materials (ROM): Utilize ROM prepared by KPG_and update based on Special
Provisions and Plans for use on the project, based on the contract specifications. The ROM will
be maintained by the Resident Engineer. The ROM will track all of the materials delivered to
the site including manufacturer/supplier, approved RAM's, QPL items, material compliance
documentation, and all other required documentation.
Deliverables
• Submittal llog
• RIF! Log
• Completed Record of Material for Material Certification
6,5 Change Management
A. Case Log: Develop and maintain a case log which includes change orders, RFP's,
Field Work Directives
B. Change Orders: Develop change orders and provide technical assistance to negotiate change
orders, and assist in resolution of disputes which may occur during the course of the project.
Each change order will be executed in accordance with WSDOT Standard Specifications and
contain the following:
• Change order
• Independent Cost Estimate
• Time Impact Analysis
• Contractor's Pricing
• Verbal Approval Memo
• Back up documentation
C. Field Work Directives: Prepare field work directives as necessary to keep the contractor
on schedule.
D. Minor Change Orders: Develop minor change orders per WSDOT Standard Specifications.
Each minor change order will be executed and contain the following:
• Independent Cost Estimate
• Verbal Approval Memo
• Back up documentation
E. Force Account: Track contractor force account labor, equipment and materials. All force
account calculations will be verified by the engineer and double checked by the documentation
specialist.
Deliverables
• Change Order(s)
• Case Management Log
• RFI Log
• Minor Change Order(s)
• Force Account Records
City of Tukwila KPG
EMW Stormwater Outfalls Page 9 of 10 November 03, 2020
Additional Services
The City may require additional services of the Consultant in order to advance the project corridor through
final design, bidding and/or construction. This work may include items identified in the current task
authorizations as well other items, which may include, but are not necessarily limited to the frolllowing:
Right of way and easement research and/or acquisition
Additional design or construction assistance
These services will be authorized under a future contract supplement if necessary. At the time these
services are required, the Consultant shall provide a detailed scope of work and an estimate of costs.
The Consultant shall not proceed with the work until the City has authorized the work and issued a
notice to proceed.
City of Tukwila KPG
EMW Stormwater Outfalls Page 10 of 10 November 03, 2020
Exhibit B
City of Tukwila
East Marginal Way Stormwater OMiens
Final Designa and Construction Management
November, 2420
4Y
inary
Task
No.
Task Deseriptimh
Labor Hour Estimate
Total Hours and Labor Fee
Eettto0te by Task
Pdndpal
Engineering
Mgr
G. Engineer
Construction
Mgr
Sr. Transp.
Planner
Project
Engineer
De8gn
Engineer
Proe4 Land.
Arch.
CAD
Tetivkian
Engineering
5845,0an
Survey Crawl
Survey Crew 11
0,,a Admin
Engineering
As8028,1
Sr. Const Mgr
ANation Mgr
urban Design
Mgr
CAD Mgr
Proect
Surreyor
Resident
Engineer
Consbud[on
Ottce Engr
Documentation
Spedalist
Landscape
Tedhnidan
Consbudion
Admin
Survey Mgr
Architecture
Mgr
Business
Manger
Sr. Const/
Observer
Sr. Admin
Consbuction
Observer
Consbuctien
Technician
$ 225.00
$ 20200
$ 18400
$ 483.00
$ 45800
$ 141.00
$ 128.00
$ 41900
$ 11200
$ 404.00
$ 185.00
$ 215.00
$ 9200
$ 70.00
Hours
Fee
Task 1 -Management, Coordination, Administration
1.1 Project Management (8 months)
8
4
8
8
28
3,88600
12 Prepare month) yprogress reports
8
16
$ $ 2,36600
Task Total
12
0
0
0
4
4
0
0
16
0
0
0
0
8
44
$ 6,240.00
Task 2 - Permitting
2.1 Prepare and submit SEPA checklist
2
4
8
8
30
$ 4,06600
2.2 Prepare IDP
2
8
6 2,02600
Task Total
4
0
4
0
0
16
8
0
8
0
0
0
0
4
44
$ 6092.00
Task 3- Geotechnical Exploration
31 leeotechnl cal coordination for final design 2 8 2 20 $ 3,05600
Task Total 2 0 4 0 0 8 4 0 2 0 0 0 0 0 20 $ 3050.00
Task 4 -Utility and Agency Coordination
4.1
DOE coordination
4
8
16
8
40
$ 6100 00
42
Boeing coordination
4
8
6 1,012.00
4.3
Franchise atilt coordination
Task Total
8
8
20
0 2,600.00
4
0
8
0
28
16
0
12
0
0
0
0
68
$ 9,712.00
Task 5 - Final Plans, Specifications, and Estimates
51
Update Design Report and 90%Plans
16
40
24
16
8
108
5 14,90800
52
53
Response to DOE comments
Prepare Drafl Bid Dowments
2
8
8
40
8
40
8
8
22
108
4 4,33800
4 14,58800
54
Calculate quantities and prepare cost opinions
2
8
8
22
6 3,33800
55
Prepare specl0raitons
4
8
16
8
8
44
$ 6,54800
56
57 —Bid
Preeareprellminary construction schedule
Period Services2
8
8
8
8
30
4 1,61600
$ 4,06600
Task Total
18
8
44
0
0
120
96
0
36
0
0
0
0
20
342
$ 48402.00
Task B -Construction Phase Services
6.
62
Manalement, Coordination and Administration
Precenstructlon Services
24
24
32
3232
24
16
72
112
4 12,000.00
6 12,82800
63
Field Construction Services
100
400
500
$ 60,000.00
64
Office Construction Services
80
280
40
400
0 45,28000
65
66
Submittal and R. (processink
Change Management
60
20
60
30
40
32
16
8
24
8
200
98
$ 24,482.00
$ 11,812.00
24
0
0
24
0
80
302
432
408
24
0
0
86
0
1382
$ 166,512.00
Total Labor Hours and Fee
04
8
00
24
4
250
426
432
482
24
0
0
88
32
1,900
$ 240,00800
Subconsultants
0eotech Ica) - 0444440 allowance
4 5,000.00
City pump supplier allowance
Construction Materials Testing Allowance
$ 5,000.00
$ 10,000.00
Total Suheonsutant Expense
$ 20000.00
Reimbursable Direct Non -Salary Costs
ileae at current IRS rate
Ma
Reproduction nd Fleltl Supplies
$ 2,000.00
$ 1,500.00
Total Reimbursable Expense
$ 3,500.00
Original Project Budget
Less Previous Amount Spent
$ 263,50800
$ (83,529.02)
Total Contract Budget
$ 179,97898
Budget Estimate
111312020