HomeMy WebLinkAboutTIS 2023-08-07 Item 2B - Contract - S 149th & S 150th St Watermain Replacement Design and Construction Management with WSPCity of Tukwila
Allan Ekberg, Mayor
Pubtk Works Deportment - Hari Ponnekanti, Director/City Engineer
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director/City Engineer
BY: Adib Altallal, Utilities Engineer
CC: Mayor Allan Ekberg
DATE: August 4, 2023
SUBJECT: S 149th and S 150th St Watermain Replacement Project
Project No. 92340102
Design and Construction Management Contract Award
ISSUE
Approve design and construction management agreement with WSP for the S 149th and S 150th St Watermain Replacement
Project.
BACKGROUND
In 2016, City staff identified the need for upsizing the aging 6" cast iron pipe along S 149th St and 150th St and extending it into
Macadam Rd to loop the system in the area and increase the availability of fire flow in the case of an emergency.
DISCUSSION
When the project was identified in 2016, it was planned to be designed and constructed in two separate phases. After further
assessment of the situation and the availability of funds, it was determined to be a better choice to combine the two projects
into one. Combining the projects will allow us to complete construction at one time, thus saving resources and prevent
inconveniencing residents with multiple street closures along this route. Approximately 2,000 LF of 6" cast iron pipe will be
replaced with 12" ductile iron pipe. The existing dead-end pipe along S 149th St will be extended approximately 500 LF and
looped into Macadam Rd. Looping the system will increase redundancy and reduce maintenance needs. Three consultants on
the MRSC list were solicited for the design project. All three consultants submitted proposals, and WSP Inc was chosen as the
most qualified.
FINANCIAL IMPACT
The project costs will be 100% funded by the water enterprise fund. The contract is for $348,335.06 for the design and
construction management services for the S 149th St and S 150th St Watermain Replacement Project.
Cost Estimate
Contract $348,335.06
Fund Source 2024-2025 Design/CM Budget
S 149th/S 150th CIP $500,000.00
Total $500,000.00
RECOMMENDATION
Council is being asked to approve a design and construction management agreement for design services with WSP in the
amount of $348,335.06 for the S 149th St and S 150th St Watermain Replacement Project and consider this item on the
Consent Agenda at the August 21, 2023 Regular Council Meeting.
Attachments: 2023 CIP, Page 59
WSP Agreement
WSP Scope
7
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2023 to 2028
PROJECT: S 149th and S 150th St Watermain Replacement Project No. 92340102
DESCRIPTION: Design and Construct 1,200 LF of 12" DI watermain along S 149th St and S 150th St.
JUSTIFICATION: The existing watermain is reaching its useful life and does not meet Department of Health or fireflow
requirements.
STATUS: Easement acquisitions may be needed.
MAINT. IMPACT: Reduce need to repair leaks.
COMMENT:
FINANCIAL Through Estimated
(in $000's)
2021 2022 2023
2024
2025
2026
2027
2028
BEYOND TOTAL
EXPENSES
Project Location•
N
7)-1"--
Design
250
g
Wi,mu
250
Land (R/W)
etas
i
LI1I
••.Y
0
Const. Mgmt.
sl44slII
125
125
250
Construction
_ _mow•
S tSs
,else.
lse
FA
St
200
800
�'
l51@O St • �!
1,000
TOTAL EXPENSES
0
0
0
575
925
0
0
0
0
1,500
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
0
0
0
575
925
0
0
0
1,500
TOTAL SOURCES
0
0
0
575
925
0
0
0
0
1,500
2023 - 2028 Capital Improvement Program
Project Location•
N
7)-1"--
►4
g
Wi,mu
�■1�
etas
i
LI1I
••.Y
sl44slII
_ _mow•
S tSs
,else.
lse
FA
St
U— ' l
` i :. ��,-,�„"
L.
rrte 'GIS
�'
l51@O St • �!
2023 - 2028 Capital Improvement Program
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
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 WSP USA 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 design services in
connection with the project titled S 149t" St & S 150t" St Watermain Replacement.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2024, 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, 2024 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 $348,335.06 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.
9
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances
and regulations, applicable to the services rendered under this Agreement.
7 Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, to the extent caused by the negligent acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and damages
caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage provided
by such insurance, or otherwise limit the City's recourse to any remedy available at law or in
equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury
and property damage of $1,000,000 per occurrence. 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 Liability 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 included 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
10
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. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they shall
be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance
pool coverage maintained by the City shall be excess of the Consultant's insurance and
shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and a
copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Contractor
before commencement of the work.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within five business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or otherwise
deducting federal income tax or social security or for contributing to the state industrial
insurance program, otherwise assuming the duties of an employer with respect to the
Consultant, or any employee of the Consultant.
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. 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.
CA revised May 2020
Page 3
11
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days
written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement between
surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any such
action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising
from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any other
provisions hereof and all other provisions shall remain fully enforceable. The provisions of this
Agreement, which by their sense and context are reasonably intended to survive the
completion, expiration or cancellation of this Agreement, shall survive termination of this
Agreement.
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:
WSP USA, Inc.
999 3rd Ave #3200
Seattle, WA 98104
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
12
DATED this day of , 2023.
CITY OF TUKWILA
Allan Ekberg, Mayor
ATTEST/AUTHENTICATED:
Christy O'Flaherty, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
CA revised May 2020
WSP USA Inc.:
By:
Printed Name:
Kara Crawford
Title: Senior Director
Page 5
13
EXHIBIT A
SCOPE OF WORK FOR ENGINEERING SERVICES FOR
S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT PROJECT
PROJECT BACKGROUND AND OBJECTIVES
The South 149th Street to South 150th Street Water Main Replacement project is part of an
ongoing water system improvement effort by the City of Tukwila (CITY). This project is the
third and final water main replacement contract in the immediate vicinity of the Macadam Road
South main line. The objective of the project is to replace a leaking existing six-inch cast iron
water main pipe which traverses north/south between S 149th St and S 150th St through two
private properties. The CITY is also aiming to replace aging 6" Cast Iron mains in the east/west
direction from Macadam Rd S at the bottom of the hill and 57th Ave S at the top. The City
would prefer to remove the water, stormwater, and sewer utilities in the north/south run through
the two private properties and install new connections down the hill to Macadam Rd S through
the existing Southcenter Community Baptist Church parcel. However, if this option is not
feasible, replacement of the existing water main near its existing position would be acceptable.
See Attachment 1 for an exhibit of the proposed project improvements.
The scope of work for final engineering will include the development and evaluation of two
alternatives to a conceptual design level and some options for constructing the project. This
effort will culminate in the selection of a preferred alternative, which will be become part of the
final design as described below.
PROJECT ASSUMPTIONS
The following list is included to confirm the understanding between the CITY and the
CONSULTANT and will be used to guide the work. Additional assumptions are provided with
each specific project task.
• Throughout this scope of work, it is understood that the CITY will provide the
CONSULTANT with one set of consolidated review comments for each draft review
round. The CONSULTANT will respond to the comments and incorporate the agreed-
upon resolution into the final document(s).
• Design of the project will comply with the City of Tukwila Public Works Department,
Infrastructure Design and Construction Standards (2019).
• Stormwater design will comply with the King County Surface Water Design Manual
(2021), except as modified in Section 5.0.1 of the City of Tukwila Public Works
Department, Infrastructure Design and Construction Standards (2019).
• Utility relocation and reconstruction plans for power, gas, and communication purveyors
will be prepared by the respective utility if required. The CONSULTANT will
coordinate directly with the utility companies and the CITY.
• Effort has been included in this scope for the relocation of the stormwater and sewer lines
through the Southcenter Community Baptist Church property with the understanding this
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 20p
Page i of iii
is the preferred alternative. Only the extension through the church property from the
west end of S149th St to the tie in at Macadam Rd S is included.
• The CITY will lead coordination efforts for any required permits.
• The CITY will provide rights -of -entry onto private lands prior to environmental
explorations, if required, and geotechnical investigations, including drilling. The
CONSULTANT will provide a list of private property access that will be required. The
CITY will be responsible for making all initial contact and subsequent arrangements, if
required, for rights -of -entry to private property. The CONSULTANT will subsequently
be responsible for notifying both the CITY and the property owner regarding the timing
of the work. The CONSULTANT will coordinate the right -of -entry needs from all
disciplines so that multiple right -of -entry requests are not requested from the same
property owner.
SCOPE OF WORK AND LEVEL OF EFFORT
To facilitate management of the project in an efficient manner, the scope of work for the final
design has been broken into the tasks listed below.
Task 1.0
Task 2.0
Task 3.0
Task 4.0
Task 5.0
Task 6.0
Task 7.0
Task 8.0
Task 9.0
Task 10.0
Task 11.0
Task 12.0
Task 13.0
General Activities
Design Submittal and Review
Civil Design
Construction Specifications
Construction Cost Estimate
Construction Schedule
Utility Coordination
Right -of -Way Plans and Assistance
Surveying (ABC Surveyor)
Geotechnical Engineering (ABC Geotechnical)
Directed Services
Ad, Bid, and Award Services
Construction Support Services
The level of effort associated with providing these services is shown in Attachment 3. The
estimated level of effort is based upon the assumptions and task descriptions provided below.
Efforts to complete these tasks can vary from the effort assumed for the preparation of the level
of effort shown in Attachment 3. Some budget items may cost more and others may cost less.
The CONSULTANT shall monitor total costs expended under this agreement and shall notify the
CITY if funds need to be reallocated between tasks.
SCHEDULE (see attached schedule)
The target dates for completing all work are shown on the schedule included in Attachment 4.
These target dates assume that the notice to proceed (NTP) is provided on 30 June 2023.
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 2090
Page ii of iii
TABLE OF CONTENTS
DRAFT SCOPE OF WORK
S 149TH TO S 150TH ST WATER MAIN REPLACEMENT
SECTION PAGE
PROJECT BACKGROUND AND OBJECTIVES I
PROJECT ASSUMPTIONS I
SCOPE OF WORK AND LEVEL OF EFFORT II
SCHEDULE (SEE ATTACHED SCHEDULE) II
TASK 1.0 GENERAL ACTIVITIES 1
TASK 2.0 DESIGN SUBMITTAL AND REVIEW 2
TASK 3.0 CIVIL DESIGN 5
TASK 4.0 CONSTRUCTION SPECIFICATIONS 6
TASK 5.0 CONSTRUCTION COST ESTIMATE 7
TASK 6.0 CONSTRUCTION SCHEDULE 7
TASK 7.0 UTILITY COORDINATION 7
TASK 8.0 RIGHT-OF-WAY PLANS AND ASSISTANCE 9
TASK 9.0 SURVEYING (1 -ALLIANCE) 10
TASK 10.0 GEOTECHNICAL ENGINEERING (PANGEO) 13
TASK 11.0 DIRECTED SERVICES 14
TASK 12.0 AD, BID, AND AWARD SERVICES 14
TASK 13.0 CONSTRUCTION SUPPORT SERVICES 15
FEE 15
CLOSING 15
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 2003
Page iii of iii
TASK 1.0 GENERAL ACTIVITIES
Subtask 1.1 Project Coordination
The CONSULTANT shall provide project management and communications between the
CONSULTANT team and the CITY (assumed duration is 9 months with an advertisement date
in March 2024). The CONSULTANT shall perform project administration and management
tasks as follows.
The CONSULTANT shall perform project administration and management tasks as follows.
1. Prepare and submit monthly invoices, including a tabulation of hours expended, broken
down by each major task for 9 months.
2. Prepare monthly progress reports providing the status of the budget, an estimate of earned
value, and summary of project issues, if any, requiring corrective actions.
3. Prepare and update project schedule periodically as circumstances require or as requested
by the CITY. The project schedule shall be developed using Microsoft Project.
4. Prepare subconsultant agreements for two (2) firms.
5. Perform ongoing subconsultant coordination. For estimating purposes, it is assumed four
(4) hours per week on average will be spent coordinating with subconsultants.
6. Maintain all contract -required documentation, including yearly updates for insurance,
billing rates, approved overhead rates, etc. for WSP and subconsultant firms.
Deliverable(s)
• Monthly progress report and invoice (one PDF copy)
• Updated project schedules, if required (one PDF copy)
• Updated contract forms and certifications, if required
• Subconsultant Agreements (one PDF copy each)
Subtask 1.2 Subconsultant Coordination
The CONSULTANT shall spend time necessary to manage subconsultants throughout the
project including reviewing invoicing, attending meetings, coordinating subconsultant
deliverables, and reviewing subconsultant materials.
Subtask 1.3 Meetings and Coordination
Project Team Meetings. The CONSULTANT shall facilitate biweekly internal project team
coordination meetings during the project. A total of eighteen (18) team meetings are anticipated
over a period of nine months. Meetings shall be approximately 1 hour in duration and shall be
attended by an average of three CONSULTANT team members, including one of the
CONSULTANT's project management staff and two project engineering staff.
Coordination Meetings with CITY Staff. The CONSULTANT shall participate in monthly
coordination meetings with CITY staff. A total of nine (9) CITY coordination meetings are
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 20
Page 1 of 16
anticipated over a period of nine months. Meetings shall be approximately one hour in duration
and shall be attended by an average of three CONSULTANT team members, including two of
the CONSULTANT's project management team and/or project engineering staff and one other
CONSULTANT discipline specialists.
Deliverable(s)
• Meeting notes for all CONSULTANT and CITY meetings
Subtask 1.4 Quality Assurance
The CONSULTANT shall provide quality assurance/quality control (QA/QC) for all design
work in accordance with the CONSULTANT's QA/QC standards.
Deliverable(s)
• QA/QC documentation for all design work will be made available to the CITY upon
request.
Subtask 1.5 Project Close Out
Upon completion of the project, the CONSULTANT shall archive project work products in
accordance with its work product policy on retention policy in effect at that time and provide the
CITY electronic and hard copies of all deliverables and supporting documents.
Deliverable(s)
• Monthly progress report, with earned value, and invoice (one copy)
• Updated project schedules if required (one copy)
• Updated contract forms and certifications
• Meeting notes for all CONSULTANT and CITY meetings
• QA/QC documentation for all design work will be made available to the CITY upon request
TASK 2.0 DESIGN SUBMITTAL AND REVIEW
This task provides for the quality control (QC) of each submittal package, compiling the PS&E
submittals, and reviewing and responding to the review comments received from the CITY.
Subtask 2.1 Thirty Percent Design Submittal
Quality Control
The CONSULTANT shall provide QC reviews for all design work prior to the 30 percent
submittal to the CITY if requested.
Compile Submittals
The CONSULTANT shall coordinate with all subconsultants and compile the PS&E for each of
the PS&E tasks.
Comment Review Meeting
The CONSULTANT will attend a one (1) hour comment resolution meeting with the CITY to go
through the CITY's comments, and to come to a tentative agreement on them.
Comment Resolution
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 20125
Page 2 of 16
The CONSULTANT will provide written responses to all the CITY's review comments that are
provided to the CONSULTANT following the 30 percent design submittal.
Deliverable(s)
• 30% Construction Plans (PDF Copy)
Plans included in this submittal:
- Cover Sheet, Vicinity Map, and Index
- General TESC, Work on Private Property Notes
- Legend and Abbreviations
- Existing Conditions and Survey Control Plans
- Site Preparation Plans
- Water Line Plan & Profile Plans
- Drainage Plan and Profile (if required, see Subtask 3.3)
- Sanitary Sewer Plan and Profile (if required, see Subtask 3.3)
Subtask 2.2 Sixty Percent Design Submittal
Quality Control
The CONSULTANT shall provide QC reviews for all design work prior to the 60 percent
submittal to the CITY if requested.
Compile Submittals
The CONSULTANT shall coordinate with all subconsultants and compile the PS&E for each of
the PS&E tasks.
Comment Review Meeting
The CONSULTANT will attend a one (1) hour comment resolution meeting with the CITY to go
through the CITY's comments, and to come to a tentative agreement on them.
Comment Resolution
The CONSULTANT will provide written responses to all the CITY's review comments that are
provided to the CONSULTANT following the 60 percent design submittal.
Deliverable(s)
• Written responses to the CITY's 30% review comments
• 60% Construction Plans (PDF Copy)
Plans included in this submittal:
- Cover Sheet, Vicinity Map, and Index
- General TESC, Work on Private Property Notes
- Legend and Abbreviations
- Existing Conditions and Survey Control Plans
- Site Preparation Plans
- Water Line Plan & Profile Plans
- Drainage Plan and Profile (if required, see Subtask 3.3)
- Sanitary Sewer Plan and Profile (if required, see Subtask 3.3)
- Paving Plan & Restoration Plans
- Intersection Plans
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 2012g
Page 3 of 16
- Channelization & Signing Plans
Subtask 2.3 Ninety Percent Design Submittal
Quality Control
The CONSULTANT shall provide QC reviews for all design work prior to the 90 percent
submittal to the CITY if requested.
Compile Submittals
The CONSULTANT shall coordinate with all subconsultants and compile the PS&E for each of
the PS&E tasks.
Comment Review Meeting
The CONSULTANT will attend a one (1) hour comment resolution meeting with the CITY to go
through the CITY's comments, and to come to a tentative agreement on them.
Comment Resolution
The CONSULTANT will provide written responses to all the CITY's review comments that are
provided to the CONSULTANT following the 90 percent design submittal.
Deliverable(s)
• Written responses to the CITY's 60% review comments
• 90% Construction Plans (PDF Copy)
Plans included in this submittal:
- Cover Sheet, Vicinity Map, and Index
- General TESC, Work on Private Property Notes
- Legend and Abbreviations
- Existing Conditions and Survey Control Plans
- Site Preparation & TESC Plans
- TESC Details
- Water Line Plan & Profile Plans
- Construction Staging Plans
- Water Line Details
- Water Line Std. Details
- Drainage Plan and Profile (if required, see Subtask 3.3)
- Drainage Details (if required, see Subtask 3.3)
- Sanitary Sewer Plan and Profile (if required, see Subtask 3.3)
- Sanitary Sewer Details (if required, see Subtask 3.3)
- Paving Plan & Restoration Plans
- Intersection Plans
- ADA Ramp Details
- Channelization & Signing Plans
- Miscellaneous Details
Subtask 2.4 One Hundred Percent Design Submittal
Quality Control
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 2c
Page 4 of 16
The CONSULTANT shall provide QC reviews for all design work prior to the 100 percent
submittal to the CITY if requested.
Compile Submittals
The CONSULTANT shall coordinate with all subconsultants and compile the PS&E for each of
the PS&E tasks.
Comment Review Meeting
The CONSULTANT will attend a one (1) hour comment resolution meeting with the CITY to go
through the CITY's comments, and to come to a tentative agreement on them.
Comment Resolution
The CONSULTANT will provide written responses to all the CITY's review comments that are
provided to the CONSULTANT following the 100 percent design submittal.
Deliverable(s)
• Written responses to the CITY's 90% review comments
• 100% Construction Plans (PDF Copy)
Plans included in this submittal:
- All required plans
Subtask 2.5 Ad Ready Documents for Bidding
Quality Control
The CONSULTANT shall provide QC reviews for all design work prior to the Ad Ready
submittal to the CITY if requested.
Compile Submittals
The CONSULTANT shall compile the PS&E and construction schedule for Ad Ready contract
documents.
The CONSULTANT will provide project design calculations in PDF format with an
accompanying index/table of contents to permit ease of reference.
Deliverable(s)
• Written responses to the CITY's 100% review comments
• Ad Ready Construction Plans (PDF Copy)
Plans included in this submittal:
- All required plans
TASK 3.0 CIVIL DESIGN
This task involves engineering and design work for the roadway, ADA curb ramps and
sidewalks, water main design, drainage design, and sanitary sewer design.
Subtask 3.1 Roadway Design
The CONSULTANT shall prepare the preliminary and final layout of the roadways, driveways,
and access approaches for those impacted by the project. Restored pavement grades will match
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 2(
Page 5 of 16
existing grades. The CONSULTANT will NOT prepare sight distance studies for each roadway
intersection.
Subtask 3.2 ADA Curb Ramp Design
The CONSULTANT shall prepare detailed drawings and calculations for each individual ADA
curb ramp proposed for the project. These shall be provided to the CITY for review. If it is
determined that getting an ADA ramp to comply with the current design standards is not feasible
due to project constraints, then the CONSULTANT shall prepare Maximum Extent Feasible
(MEF) documentation describing the design constraints and the reason for the MEF variance,
which shall then be sent to the CITY for review and approval.
Assumptions(s)
• Up to two ADA ramps may require a MEF, most likely at the intersection of S 150th
Street and Macadam Road South.
Deliverable(s)
• Draft MEF documentation for up to two ADA ramps, which will be sent to the CITY to
review
• Final MEF documentation with incorporated CITY comments
• Curb ramp calculations for each ADA ramp
Subtask 3.3 Stormwater Pollution Prevention Plan
The CONSULTANT shall prepare the Stormwater Pollution Prevention Plan (SWPPP),
including narrative. The SWPPP will address the recommended best management practices
(BMPs) the contractor should use on site to address temporary erosion and sediment control,
agency requirements, calculations, and testing protocols. The CONSULTANT will prepare a
draft SWPPP that will be submitted to the CITY for review, address any comments the CITY
has, and then prepare the final SWPPP that will be included in the contract documents for the
contractor to use and update as required to meet their construction sequencing and methods
throughout the duration of the project.
Deliverable(s)
• Draft SWPPP, response to comments, and the final SWPPP in PDF format
TASK 4.0 CONSTRUCTION SPECIFICATIONS
The CONSULTANT shall prepare the special provisions and project -specific specifications
required for the construction of the project to supplement the Washington State Department of
Transportation (WSDOT) Standard Specifications for Road, Bridge, and Municipal Construction
and the associated amendments and general special provisions.
Assumptions(s)
• The CITY will prepare the bid documents and the CONSULTANT will prepare the special
provisions to the CITY's standard specifications and the WSDOT standard specifications.
• The CONSULTANT will prepare all Division 1 special provisions and coordinate any
specific fill ins with the CITY.
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 2122
Page 6 of 16
• The CITY will prepare the final contract documents, including compiling all the
specifications and drawings.
Deliverable(s)
• Special provision submittals at 90, 100 percent and Ad Ready level of completion
TASK 5.0 CONSTRUCTION COST ESTIMATE
The CONSULTANT shall prepare a list of bid items, conforming to the WSDOT standard item
table, for the project. Each bid item will have a description, measurement unit, and payment
description in the specifications. Quantities and unit prices will be estimated for every bid item.
Unit prices will be estimated from recent bid experience on similar projects, WSDOT unit bid
analysis, and/or the Means construction estimating manuals, as applicable.
In addition, the CONSULTANT shall prepare a quantity take -off binder of all bid items that
shows how each bid item was estimated, complete with sketches and calculations as necessary to
the limits of the items.
Assumptions(s)
• It is assumed that there will be four reviews of the engineer's construction cost estimate at
the 30, 60, 90, and 100 percent submittals.
Deliverable(s)
• Thirty (high level), 60, 90, and 100 percent,
estimates
• Engineer's construction cost estimate review comments
• A quantity take -off binder at the Ad Ready submittal if requested.
and Ad Ready engineer's construction cost
TASK 6.0 CONSTRUCTION SCHEDULE
The CONSULTANT will prepare a construction schedule for the project. The construction
schedule identifies major milestones and work activities for each phase of the project in
sufficient detail to develop the duration of construction to complete the contract work items. This
schedule will be refined as the design progresses.
It is assumed that there will be three reviews of the construction schedule at the 60, 90, and
100 percent submittals.
Deliverable(s)
• 60, 90, 100 percent, and Ad Ready construction schedules using Primavera or Microsoft
Project scheduling software
• Responses to Construction Schedule review comments
TASK 7.0 UTILITY COORDINATION
Subtask 7.1 Review Existing Utility Data
The CONSULTANT shall contact all utilities within the corridor to obtain and review available
as-builts and construction record drawings for the existing utilities. The CONSULTANT shall
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July an
Page 7 of 16
review the utilities shown on the basemap for project understanding and look for information that
may be missing or incomplete.
Deliverable(s)
• Correspondence via e-mail to the CITY highlighting utilities that may need to be relocated
due to the project impacts
Subtask 7.2 Utility Coordination Meetings
The CONSULTANT will coordinate and conduct quarterly utility meetings. These will be
meetings for all those affected utilities. The CONSULTANT shall prepare meeting notes for
each meeting held and send them to the CITY for review before sending them to the utility
companies in attendance.
It is assumed the respective utility owners will provide timely concurrence on relocation plans
for all utilities and will provide design of the relocation to the CITY and CONSULTANT. The
CONSULTANT shall assist the CITY in preparing any necessary agreements by providing a
memorandum documenting proposed relocation plans and including meeting minutes and other
correspondence generated by the utility coordination effort.
Assumptions(s)
• The CONSULTANT will be responsible for contacting all the utility companies within the
corridor limits for the initial design kickoff meeting.
• The CONSULTANT will coordinate and conduct quarterly utility meetings that will include
all the utility purveyors.
• The CONSULTANT will have a staff member that communicates directly with the utility
companies via phone and e-mails and/or prepares exhibits and other necessary functions
related to utility coordination efforts that averages four (4) hours per month for nine (9)
months.
• Respective utility companies will provide timely concurrence on relocation plans for all
utilities and will provide their relocation design plans to the CITY and the CONSULTANT
in a timely manner for any relocation work.
Deliverable(s)
• Meeting notes for all utility meetings held, including the kick-off meeting and subsequent
quarterly meetings specific to the project
• Consolidated review comments received from the utilities (Excel electronic format)
Subtask 7.3 Utility Potholing Plan
The CONSULTANT shall prepare a utility potholing plan for those utilities that will need
additional subsurface investigations performed to verify the elevation of existing utility lines for
proposed utility crossings. The CONSULTANT shall identify each pothole location with a
unique identification number for each utility needed. These potholes shall be shown on a plan
sheet that shows the approximate location of the utility line needed and pertinent information,
such as utility size, that will aid the pothole locating crew in the field.
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 244
Page 8 of 16
Assumptions(s)
• Potholing operations will be performed by the utility owner, including by the individual
utility companies for private utilities; and by the CITY for CITY -owned utilities.
• It is estimated that 12 potholes will be needed for the project.
Deliverable(s)
• Potholing plan showing the coordinate of the pothole location required, the utility being
potholed, the size of the utility line, and any other pertinent information necessary to aid the
potholing crew in locating the needed utility elevation
TASK 8.0 RIGHT-OF-WAY PLANS AND ASSISTANCE
This task involves preparing the ROW plans needed for acquiring ROW and easements.
Subtask 8.1 Right -of -Way Coordination Meetings
The CONSULTANT will attend coordination meetings in support of the preparation of the ROW
plans and any subsequent amendments required during the acquisition process.
Consultant Led Coordination Meetings
1 -Alliance (SUBCONSULTANT), under a subconsultant agreement with the CONSULTANT
will lead the coordination efforts with the CONSULTANT and the CITY to determine right of
way needs and procedures for obtaining the necessary property and easements. Meetings held
under this task will include the following: attending up to 4 meetings with the CITY, including a
review meeting of the base map to be used for preparing the ROW plans.
Assumptions(s)
• The CITY will be invited to attend all meetings led by SUBCONSULTANT and the
CONSULTANT.
• Meeting minutes will be prepared by SUBCONSULTANT or the CONSULTANT and will
be provided to the CITY.
Subtask 8.2 Right -of -Way Plans
The CONSULTANT, under the direction of SUBCONSULTANT, will prepare the ROW plans
for the project using the certified Right of Way map provided by the SUBCONSULTANT. The
base map will then be used to prepare the ROW plans, which will identify the property needed
for real property acquisition and the acquisition of permanent and temporary easements. The
plans will include property owner tables and the areas needed based on calculations performed
by SUBCONSULTANT or the CONSULTANT. This effort will include preparing amendments
to the ROW plans as required based on the final agreed-upon acquisition documents.
Assumptions(s)
• The CITY will obtain title reports and encumbrances associated with each parcel along and
adjacent to the project that may be affected by the project. These will be provided to the
CONSULTANT and SUBCONSULTANT.
• The CONSULTANT will provide a list of the affected parcels to the CITY.
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 200
Page 9 of 16
Deliverable(s)
• ROW plans showing the existing and proposed ROW and both permanent and temporary
easements required for project. This will include identifying the property owners affected by
the project, and those calculated areas needed for the acquisition of real property and the
temporary and permanent easements
Subtask 8.3 Right -of -Way Exhibits
The CONSULTANT shall prepare, at the request of the CITY, exhibits which may aid in
discussions between the property owner and the ROW acquisition agent.
Assumptions(s)
• Exhibits prepared under this task will not be used for the recording of deeds.
• SUBCONSULTANT will prepare all the legal descriptions, including those needed for ROW
acquisition, and temporary and permanent easements.
• Up to 4 exhibits will be needed for the project.
Deliverable(s)
Up to 4 exhibits and legal descriptions.
TASK 9.0 SURVEYING (1 -ALLIANCE)
The project is located within the City of Tukwila. The CITY requires a topographic survey as the
basis for engineering work for projects within the right-of-way. Surveys are required to protect
the CITY, private property, easements, rights-of-way, and are essential for accurately planning,
engineering, and constructing improvements in the right-of-way.
1 Alliance Geomatics, under a subconsultant agreement with the CONSULTANT, will conduct a
topographic survey to the limits shown in Attachment 1 for the project location to develop a base
map to be used in the design documents.
Work consisting of the Practice of Land Surveying performed for the CITY shall be done by or
under the direction of a surveyor licensed to practice in the state of Washington and shall
conform to all Revised Code of Washington Statutes and Washington Administrative Codes
(WACs) pertaining to surveying and engineering.
CONSULTANT shall coordinate with and conform to CITY requirements for traffic control and
street use permits for work under this contract.
Assumption(s)
• The approximate limits of the survey to be conducted are shown in Attachment 1.
• See general list of project assumptions.
• Underground utility locates are included in this scope of work.
• The CITY and/or engineer will be using GIS and other as -built data, in conjunction
with surveyed surface observables, for general utility mapping on the project.
• Individual parcel lines and boundary resolutions are included in this scope of work.
• Traffic control work is included in this scope of work, where needed.
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 2(003
Page 10 of 16
Subtask 9.1 Survey Control
The CONSULTANT shall perform all survey control in accordance with the City of Tukwila
Public Works Department, Infrastructure Design and Construction Standards (2019).
Survey control plans must at a minimum describe all monuments, the geometry of, and
references used to establish the right-of-way, lines referencing the right-of-way, property lines,
easements, and any rights in real property shown. Survey control information must be shown
independently of other plan, design, or topographic information (on a separate sheet), and must
contain the surveyor's stamp, contact information, and the date.
Documentation/Notes
Monuments and
Monument/Control
Line
Right -of -Way
Limits
Presentation
• Horizontal Datum
• Survey Control
• Dimension
• 1"=50' Drawing
• Vertical Datum
Point Tables with
from
Scale
• Basis of Bearing
Point Number,
Monument
• Street Name
• Benchmarks
Northing, Easting,
Line
Labels
• Project Field
and Description
• Length,
• Monument Line
Notebooks
• Label Control
Radius, and
Station Labels
• Convergence Angle
Points in Drawing
Angle Delta
• Sheet Numbers
• Project Combined
• Monument
for Curves
Coordinated with
Grid Factor
Descriptions
Project Plan Set
• Scale Factor Basis
• Monument Line
• Reference Documents
Distance Bearing
(plats/record surveys)
• Monument Line
• Project Surveyor
• Equipment, Method
and Accordance with
Distance Radius
and Angle Delta
for Curves
WAC Accuracy
Standards
Deliverable(s)
The following deliverables are included in Task 9.1.
• The CONSULTANT shall provide 22- by 34 -inch stamped and signed survey control
plans on bond paper with the project's 30 percent design submittal. The
CONSULTANT shall provide an electronic PDF copy of the survey control plan with
the 30 percent design submittal using the CITY -provided project -specific title block.
Subtask 9.2 Topographic Surveying and Mapping
The CONSULTANT shall perform topographic surveying and mapping in the locations
identified in Attachment 1. Mapping limits will be Right -of -Way to Right -of -Way plus 10 feet
where possible. The entirety of parcels 7661600211, 7661600208, and 8733000070 will be
mapped. For these areas, full 3-D mapping will be completed.
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 2c
Page 11 of 16
General
The CONSULTANT shall survey all observable surface features within the surveying limits.
Features may include, but are not limited to the following:
• All traffic signal equipment, including handholes, signals cabinets, signal poles, span
wires, pedestrian pushbuttons, vehicular signal heads, and pedestrian signal heads
• Top of curbs, bottom of curbs, flow lines, front and back of sidewalk, and all grade
breaks and limits associated with driveways and curb ramps
• Walls and rockeries
• Pavement surfaces (identified by type) and joints between dissimilar paving
materials. Profiles of the existing street surface will be surveyed along the edge of
pavement and pavement crown. These points will be surveyed at intervals of 10 -foot
minimum and/or 25 --foot maximum. Pavement cross section intervals will be spaced
at a minimum of 10 -feet and maximum of 25 -feet.
• Existing curb ramps
• On street parking delineations
• General vegetation, significant trees (evergreen and deciduous) with caliper diameter
and canopy diameter as estimated from the ground. Significant trees are defined as
taller than 15 feet with a trunk diameter of 6 inches or greater.
• Existing overhead utility lines
• Ground measurements will be captured sufficient to generate an accurate digital
terrain model (DTM) at 1 -foot contours.
• Building overhangs and awnings within the right-of-way
• Bridge deck corners and bridge deck joints
• Bridge column and/or footing locations
• Sensitive areas, including wetland and wetland buffers (flagged as defined in Task 7)
• Geotechnical explorations (as defined in Task 6)
• The field survey work will include elevations along the top of rail at 25 -foot
increments starting at 100 -feet up -rail and extending to 100 -feet down -rail of the
bridge crossing.
• Vertical clearance from top of trail to the soffit of the existing bridge superstructure.
Utilities
The CONSULTANT shall survey surface observable utilities within the project limits.
• Surface observable utilities to include all visible utility castings, power poles, guy
wires and anchors, street light poles, vaults, risers, fire hydrants, culverts, survey
monument castings, and overhead utility lines.
• Stormwater and sanitary sewer structures (catch basins and storm drain manholes)
center of lids only.
• Stormwater and sanitary sewer structures and inverts will be obtained.
Private Property/Beyond Right -of -Way
At a minimum, the CONSULTANT shall survey the following pertinent features on private
property within the project limits.
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 2c
Page 12 of 16
• Building faces
• Garage entrances
• Door thresholds
• Retaining walls
• Railroad tracks
• Edge of Access Roads
• Trees
• Fences and fence posts
• Steps and walkways
• Driveway locations if located at back of sidewalk or behind curb
• At existing driveway locations, a sufficient number of survey shots shall be taken
within private property to establish grade of driveway transitions onto private
property.
Assumptions(s)
• The CITY will provide rights of entry on any private parcels where mapping is needed.
Subtask 9.3 Creation of Design Files
A survey base map file will be compiled in AutoCAD® Civil 3D® 2022 for the basis of design.
This file will show the site's existing condition and surface capable of displaying 1 -foot contours.
Verified ROW lines of record, dynamic notes, control, and other observations (prepared for
1 "=20' plans) will be included in this file to aid in the design going forward.
Deliverable(s)
The following deliverables are included in Task 9.2.
• Draft base map drawing (AutoCAD Civil 3D 2022), encompassing the survey limits,
containing all existing surveyed features. Graphical scale shall be 1"=20'.
• Final base map drawing (AutoCAD Civil 3D 2022), encompassing the survey limits,
containing all existing surveyed features. Graphical scale shall be 1"=20'.
• Integrated Land XML -compatible DTM.
• An AutoCAD Civil 3D 2022 XYZ point drawing file in PNEZD format (point
number, northing, easting, elevation, and description)
• Point cloud files provided in .imp and .rcp format
• Survey field notes
Subtask 9.4 Right -of -Way and Parcel Research, Title Analysis, Boundaries
1 Alliance Geomatics shall perform ROW research and determination of ROW boundaries
through the project. 1 Alliance Geomatics shall review and analyze title reports provided for the
project to determine property lines and resolve easements for up to 5 parcels. This effort is
primarily for the main alignment route. This task also includes research of public survey records
throughout the project, as well as research regarding survey control and controlling monuments
to be used throughout the project design and construction.
TASK 10.0 GEOTECHNICAL ENGINEERING (PANGEO)
PanGeo (SUBCONSULTANT) under a subconsultant agreement with the CONSULTANT, will
provide the scope included in Attachment 6. Permits and rights -of -entry provided by the CITY.
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July agg
Page 13 of 16
TASK 11.0 DIRECTED SERVICES
This task is intended to cover project activities that are likely to be required, but for which the
scope and level of effort cannot accurately be defined.
Deliverable(s)
• The deliverables for this task are to be determined (TBD) if and when the additional
efforts are required
TASK 12.0 AD, BID, AND AWARD SERVICES
Subtask 12.1 Bid Advertisement Assistance
The CONSULTANT shall assist the CITY in preparing the contract bid documents for
advertising and getting them uploaded to an internet site of their choice for contractors to
download and review during the bid review process. It is assumed this assistance will be for a
two-week timeframe.
Subtask 12.2 Prepare Response to Bidder Inquiries
The CONSULTANT shall provide formal responses to comments received by the CITY during
the bid advertisement period. The responses to the comments will be submitted to the CITY for
further distribution and dissemination to the contract plan holders. It is assumed that the
CONSULTANT will provide up to thirty (30) formal responses. It is assumed there will be a
four-week bid period.
Assumptions(s)
• Assume thirty (30) responses will be required
Deliverable(s)
• Up to thirty (30) formal responses to bidder inquiries
Subtask 12.3 Prepare Addenda
The CONSULTANT shall prepare addendum packages to the contract bid documents as
requested by the CITY. It is assumed that the CONSULTANT will provide up to two (2)
addenda. It is assumed there will be a four-week bid period.
Assumptions(s)
• Assume two (2) addenda will be required
Deliverable(s)
• Up to two (2) addenda
Subtask 12.4 Prepare Conformed Final Contract Documents
After the bid process is complete, the CONSULTANT shall prepare the conformed final contract
documents, which will include any information from the Addendums that needs to be included in
the final contract documents.
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 2Q
Page 14 of 16
Deliverable(s)
• PDF of corrected final contract documents, including one PDF full-size set and one PDF
half-size set of plans, and one PDF set of contract documents
Subtask 12.5 Pre -Bid Meeting
The CONSULTANT will conduct a prebid meeting in conjunction with the CITY. This includes
preparing a presentation in PowerPoint format highlighting key project features that are included
in the Contract. A site tour will be conducted directly after the pre-bid meeting. The completed
presentation along with a meeting sign in sheet will be transmitted to the CITY for posting on the
CITY'S website.
Deliverable(s)
• Power Point presentation, meeting sign -in sheet
Subtask 12.6 Bid Evaluation Review and Meeting
The CONSULTANT will facilitate a bid review meeting with the CITY and apparent low bidder.
The CONSULTANT will evaluate the bid tabulations of all bidders and compared to the
Engineer's estimate and other bidders. Items that contain discrepancies from the Engineer's
estimate will be highlighted for review. The CONSULTANT will prepare a list of questions
regarding the Contractor's approach to the project, the conceptual project schedule, and any bid
items with discrepancies from the Engineer's estimate. After the meeting, the CONSULTANT
will forward documentation of the meeting and recommendations to the CITY.
Deliverable(s)
• Meeting notes and documentation
TASK 13.0 CONSTRUCTION SUPPORT SERVICES
WSP has been directed by the CITY to remove this task for Construction Support Services at this
time. This task may be added back in via a Change Order later.
FEE
WSP is prepared to perform this work on a time -and -materials basis for a total not -to -exceed fee
of $348,355, based on the assumptions provided in this document. If there are changes in these
assumptions that increase the level of effort, we will not proceed without your approval.
CLOSING
WSP looks forward to providing these services to the City of Tukwila in support of the S 149th
St to S 150th St Water Main Replacement project. Please call me if you have questions or
require modification to our proposal.
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 2413
Page 15 of 16
Sincerely,
Jourden Makinen, PE
Proj ect Manager
Kara Crawford, PE
Senior Director
Attachments
Attachment 1
Attachment 2
Attachment 3
Attachment 4
Attachment 5
Attachment 6
— Conceptual Project Exhibit
— Survey Limits Exhibit
— Basis of Fee Proposal
— Design Schedule
— 1 -Alliance Fee
— PanGeo Scope and Fee
City of Tukwila S 149th St to S 150th St Water Main Replacement
WSP, 202311491
Tukwila, Washington
July 242
Page 16 of 16
ATTACHMENT 1- CONCEPTUAL PROJECT
CITY OF TUKWLA
S 149TH TO S 150TH WATER MAIN REPLACEMENT PROJECT
.. e•eU
MACADAM RD S
REPLACE 6" GI WATER
MAIN
MAIN PROJECT OBJECTIVE_
OPTION 1_ REMOVE EXISTING UTILITIES AND ROUTE
THROUGH CHURCH PROPERTY
OPTION 2-. REPLACE LEAKING 6" CI WATER MAIN
o- MR2423Aer_' 7A_ �I' 4.1i P4927
u ••
24833 5532532 • —
ORBG87�8e DR 4297R842b
111(1
DR04028.
�Jrfg ere --
CGLS r ■
*. 7
DR ?Yi'YII
REPLACE 6"CI WATER
MAIN
01P.i0 Ern
33
ATTACHMENT 2 - REQUESTED SURVEY AREA
CITY OF TUKWLA
S 149TH TO S 150TH WATER MAIN REPLACEMENT PROJECT
SURVEY LIMIT BOUNDARY
NO SURVEY REQ'D
Linden L,.a
bodgeof TUk.v,116
Bee-ble ,
13f_ntLon yro g.
SURVEY LIMIT BOUNDARY
34
TOTAL Subconsutlants = $ 87,114.00
ATTACHMENT 3 - CONSULTANT FEE DETERMINATION
S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT
DIRECT SALARY COSTS (DSC)
Cost Summary
7/18/2023
Personnel Hours Rate Cost
1 Project Managers 110 X $ 98.25 = $ 10,807.01
2 Civil Project Engineer 323 X $ 74.79 = $ 24,158.14
3 Bridge Project Engineer 0 X $ 102.42 = $ -
4 Structural Engineer 0 X $ 78.61 = $ -
5 Civil Engineer 580 X $ 45.56 = $ 26,425.96
6 Designer / CAD Oper. 514 X $ 53.47 = $ 27,482.86
7 Project Coord. / Admin. / Graphics 69 X $ 46.56 = $ 3,212.36
8 - 0 X $ - = $
4%
Overhead (OH)
Fixed Fee (FF)
Total Hours 1,596 Subtotal Direct Salary Costs (DSC) = $ 92,086.33
Salary Escalation (4%/yr) of DSC = $ 3,683.45 149.448
Subtotal (DSC + SE) = $ 95,769.78
139.52% of (DSC + SE) = $ 133,618.00
33.00% of (DSC + SE) = $ 31,604.03
TOTAL SALARY COSTS (DSC + SE + OH + FF) = $260,991.81
DIRECT NONSALARY COSTS (DNSC)
Mileage Design Team
350 miles @ $ 0.655 $
229.25
TOTAL REIMBURSABLE EXPENSES (DNSC) = $ 229.25
SUBCONSULTANTS
1 -Alliance - Task 9.0 (See Attachment 5)
PanGeo - Task 10.0 (See Attachment 6)
TOTAL WSP = $261,221.06
$ 71,689.00
$ 15,425.00
Management Reserve = $
TOTAL Authorized Amount $348,335.06
Page 1 of 1
35
ATTACHMENT 3 - CONSULTANT FEE DETERMINATION
S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT
WSP Hours
7/18/2023
WSP Hours
Page 1 of 5
36
Task
`
y
t7 0)
N R
.O a
as
N
t7 N
_ N E
•> .O g
00 W
N
y V .E
OI N
.OF
72°F
maw
R
N
y N
V .E
`2
ow
N
C
E
•> •E
Our
w
N W.
E 0
OI
•y 0
oU
ty7
t7 -a d 1E
d G -
.O 0 5 2
a0.20
Totals
DSC
$ 98.25 1
$ 74.79 1
$102.42 1
$ 78.61 1
$ 45.56 1
$ 53.47 1
$ 46.56
$ -
TASK 1 - GENERAL ACTIVITIES
1
62
111
72
36
46 -
327
Project Coordination (9 months)
1.1
26
34
-
-
-
-
30 -
90
Monthly Invoices (9 months)
9
9
18
Monthly Progress Reports (9 months)
9
9
18
Update Project Schedule (Quarterly, 3 updates)
2
4
6
Maintain Contract Required Documentation
4
8
24
36
Prepare Subconsultant Agreements (2 subs)
2
4
6
12
Subconsultant Coordination
1.2
4
16
-
-
16
16
- -
52
1 -Alliance
2
8
8
8
26
PanGeo
2
8
8
8
26
Meetings and Coordination
1.3
18
31
-
-
36
--
-
85
Internal Project Team Meetings (assume 18 @ 1 hr)
9
18
18
45
Coordination Meetings with CITY Staff (assume 9 @ 1 hr)
9
9
9
27
Prepare Meeting Notes
4
9
13
Quality Assurance
1.4
10
10
-
-
20
20
8 -
68
QA at 30% Design
2
2
4
4
2
14
QA at 60% Design
2
2
4
4
2
14
QA at 90% Design
2
2
4
4
2
14
QA at 100% Design
2
2
4
4
1
13
QA at Ad Ready Submittal
2
2
4
4
1
13
Project Close Out
1.5
4
20
-
-
-
-
8 -
32
Monthly Progress Reports
2
4
4
10
Project Schedules
2
4
6
Contract Forms/Certifications
4
4
8
Meeting Notes
4
4
QA/QC documentation (upon request)
4
4
TASK 2 - DESIGN SUBMITTAL AND REVIEW
2
8
76-
-
238
244
566
Thirty Percent Design Submittal
2.1
-
25
-
-
90
94
- -
209
WSP Hours
Page 1 of 5
36
ATTACHMENT 3 - CONSULTANT FEE DETERMINATION
S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT
WSP Hours
7/18/2023
WSP Hours
Page 2 of 5
37
Task
`
y
0' 0)
N R
.O c
as
N
t7 N
_ a) E
•> .O g
Uaw
N
y V .E
ca cu
7 .O2
maw
R
N
y N
V .E
`2
trim'
N
C
E
•> •E
Our
w
Cl.) W.
C D
OI
•y 0
oU
ty7
C7 -a d 1E
d G -
.O 0 5 2
a0.20
Totals
DSC
$ 98.25 1
$ 74.79 1
$102.42 1
$ 78.61 1
$ 45.56 1
$ 53.47 1
$ 46.56
$ -
30% Construction Plans-
25
-
-
90
94
- -
Sixty Percent Design Submittal
2.2
2
16
-
-
49
49-
-
116
Written Responses to CITY 30% Comments
2
4
4
2
12
60% Construction Plans-
12
-
-
45
47
- -
104
Ninety Percent Design Submittal
2.3
2
16
-
-
49
49-
-
116
Written Responses to CITY 60% Comments
2
4
4
2
12
90% Construction Plans-
12
-
-
45
47
- -
104
One Hundred Percent Design Submittal
2.4
2
13
-
-
38
37-
-
90
Written Responses to CITY 90% Comments
2
4
4
2
12
100% Construction Plans-
9
-
-
34
35
- -
78
Ad Ready Documents for Bidding
2.5
2
6
-
-
12
15-
-
35
Written Responses to CITY 100% Comments
2
2
2
2
8
Ad Ready Construction Plans-
4
-
-
10
13
- -
TASK 3 - CIVIL DESIGN
3
5
30
56
24
12 -
127
Roadway Design
3.1
15
1
2
-
-
4
8-
-
Proposed Roadway Layout
1
2
4
8
15
ADA Curb Ramp Design
3.2
4
20
-
-
36
8
12 -
80
Curb Ramp Design (assume 2 ramps)
4
4
8
16
Draft MEF Documentation (assume 2 ramps)
2
8
16
8
34
Final MEF Documentation
2
8
16
4
30
Stormwater Pollution and Prevention Plan
3.3-
8
-
-
16
8
- -
32
Draft SWPPP at 60%
2
4
4
10
Written Responses to CITY 60% Comments
2
4
6
Draft Final SWPPP at 100%
2
4
4
10
Written Responses to CITY 100% Comments
2
4
6
Final SWPPP at Ad Ready
2
4
4
10
TASK 4 - CONSTRUCTION SPECIFICATIONS
4
4
27
72
7 -
110
WSP Hours
Page 2 of 5
37
ATTACHMENT 3 - CONSULTANT FEE DETERMINATION
S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT
WSP Hours
7/18/2023
WSP Hours
Page 3 of 5
38
Task
`
y
t0
N R_
aiz
N
j E
00 W
d
y V N
maw
R—
yN
V N
v1w
N
E
Uw
w
N Q
EI D
DU
CS)
td7 - a L
-
Fe
aU¢C9
Totals
DSC
$ 98.25 1
$ 74.79 1
$102.42 1
$ 78.61 1
$ 45.56 1
$ 53.47 1
$ 46.56
$ -
90% Specification Submittal
Amendments
Division 1 City Support
Division 2- 9
Address City Comments
100% Specification Submittal
Amendments
Division 1 City Support
Division 2- 9
Appendices
Address City Comments
Ad -Ready Specification Submittal
Incorporate Comments and Submit
4
2
1
1
16-
4
4
4
4
-
44
16
16
8
4
-
3 -
1
1
1
65
21
22
13
9
4
2
10-
-
24
-
3 -
39
1
1
2
2
2
2
2
8
8
4
2
2
1
1
1
11
11
7
5
4-
1
-
-
4
-
1 -
6
1
4
1
6
TASK 5 - CONSTRUCTION COST ESTIMATE
30% Cost Estimate Submittal
60% Cost Estimate Submittal
90% Cost Estimate Submittal
100% Cost Estimate Submittal
Ad Ready Cost Estimate Submittal
5
5
25
-
-
40
30-
-
100
5
1
8
16
8
33
5
1
8
8
8
25
5
1
4
8
8
21
5
1
4
4
4
13
5
1
1
4
2
8
TASK 6 - CONSTRUCTION SCHEDULE
6
2
20
22
60% Construction Schedule Submittal
90% Construction Schedule Submittal
100% Construction Schedule Submittal
6
1
8
9
6
6
6
6
1
4
5
WSP Hours
Page 3 of 5
38
ATTACHMENT 3 - CONSULTANT FEE DETERMINATION
S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT
WSP Hours
7/18/2023
WSP Hours
Page 4 of 5
39
Task
`
y
T7 0I
N R
as
N
t7 N
_ a) c
00 W
d
y V E
OI a) C
maw
R
N NN
y N E
V C C
ow Ow
w
W.
C D
OI
D71 U
ti
V -a L
d
au¢C9
Totals
DSC
$ 98.25 1
$ 74.79 1
$102.42 1
$ 78.61 1 $ 45.56 1
$ 53.47 1
$ 46.56
$ -
Ad Ready Construction Schedule Submittal
6
2
2
TASK 7 - UTILITY COORDINATION
Review Existing Utility Data
Utility Coordination Meetings
Conduct Initial Utility Kick-off Meeting (1 mtg)
Conduct Quarterly Utility Meetings (3 mtgs)
Prepare Meeting Minutes (3 mtgs)
Conduct Individual Utility Meetings (up to 3)
Utility Coordination (up to 4 hrs per month for 6 months)
Utility Potholing Plan
Identify Utility Conflicts
Prepare Utility Potholing Plan
7
1
11
36
8
56
7.1
4
8
2
14
7.2
-
5
-
- 22
-
- -
27
1
4
1
3
3
3
12
2
3
3
3
16
7.3
1
2
-
- 6
6
- -
15
1
1
1
4
2
2
4
8
7
TASK 8 - RIGHT-OF-WAY PLANS AND ASSISTANCE
Right -of -Way Coodination Meetings
Right -of -Way Coordination Meetings (assume 6 at 1hr)
Prepare Meeting Notes
Right -of -Way Plans
Preliminary Right -of -Way Plans
Final Right -of -Way Plans
Addendum Right -of -Way Plans
Right -of -Way Exhibits
Prepare Right -of -Way Exhibits (up to 4)
8
15
22
20
152
209
8.1
9
12
-
- 12
72
- -
105
3
6
6
6
15
6
8.2
6
6
-
- -
72
- -
84
5
1
-
5
1-
-
-
-
- -
- -
- -
58
11
3
- -
- -
- -
68
13
8.3
-
4
-
- 8
8
- -
20
4
8
8
20
TASK 9 - SURVEYING (1 -Alliance)
9
See Attachment 5
WSP Hours
Page 4 of 5
39
ATTACHMENT 3 - CONSULTANT FEE DETERMINATION
S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT
WSP Hours
7/18/2023
WSP Hours
Page 5 of 5
40
Task
`
y
t7 co
N ra
EL Es
N
t7 N
_ N 2
Uaw
d
y V E
OI N C
maw
R
N N
y N E
V C C
ow Uw
w
N W.
C D
En
DU
CS)
V -a L
N G.
1 c
Loa0
Totals
DSC
$ 98.25 1
$ 74.79 1
$102.42 1
$ 78.61 1 $ 45.56 1
$ 53.47 1
$ 46.56
$ -
TASK 10 - GEOTECHNCIAL ENGINEERING (PanGeo)
10
See Attachment 6
TASK 11 - DIRECTED SERVICES
Directed Services
11-
11
-
-
-
- -
-
- -
-
TASK 12 - AD, BID, AND AWARD SERVICES
Bid Advertisement Assistance
Prepare Contract Bid Documents and Upload
Prepare Response to Bidder Inquiries
Prepare Formal Responses to Bidder Comments
Prepare Addendums
Prepare Addenda (up to 2 addenda)
Prepare Conformed Final Contract Documents
Prepare Conformed Final Contract Documents
Pre -Bid Meeting
Prepare Powerpoint Presentation
Conduct Pre -Bid Meeting and Site Walk (assume 1 at 3hr)
Bid Evaluation Review and Meeting
Bid Evaluation Review Meeting (assume 1 at 1hr)
Prepare Meeting Notes
TASK 13 - CONSTRUCTION SUPPORT SERVICES
(NOT SCOPED AT THIS TIME)
Construction Support Services
12
8
21
-
26
20
4 -
79
12.1
1
4
-
- 4
-
4 -
13
1
4
4
4
13
12.2
-
2
-
- 4
-
- -
6
2
4
6
12.3
1
4
-
- 4
4
- -
13
1
4
4
4
13
12.4
1
4
-
- 8
16
- -
29
1
4
8
16
29
12.5
4
5
-
- 5
--
-
14
1
3
2
3
2
3
5
9
12.6
1
2
-
- 1
--
-
4
13
1
1
1
1
3
1
-
-
13
-
-
-
- -
-
- -
-
TOTAL
110
323
-
- 580
514
69 -
1,596
WSP Hours
Page 5 of 5
40
ATTACHMENT 3- CONSULTANT FEE DETERMINATION
Task 2.0 Construction Plans
S 149TH ST TO 0 150TH ST WATER MAIN REPLACEMENT 7/18/2023
Effort
Task 2.0 Construction Plans
Pagel oft
41
DRAWNG LIST
Number
m
N
v
.oo_
O d
ff 'm
U w
Oa d
m w
`
in wj m
C
CI
wU
O
QU
m
o 0
00
;
r
a
pm
U 0
.o Eu
0_ Q
Totals
DSC
$ 98.25
$ 74.79 I $ 102.42 I $ 78.61
1 $ 45.56 I $ 53.47 I $ 46.56
Task 2.0 General Sheets
Cover Sheet, Vicinity Map, and Index
1
2
6
6
14
General, TESC, Work on Private Property Notes
2
2
6
6
14
Legend and Abbreviations
3
2
4
4
10
Existing Conditions, Key Map, Survey Control and Notes
4
2
4
4
10
Existing Conditions, Key Map, Survey Control and Notes
5
2
4
4
10
Existing Conditions, Key Map, Survey Control and Notes
6
2
4
4
10
Task 2.0 TESC Sheets
Site Prep & TESC Plan - Sheet 1
7
2
8
8
18
Site Prep & TESC Plan - Sheet 2
8
2
8
8
18
Site Prep & TESC Plan - Sheet 3
9
2
8
8
18
TESC Details - Sheet 1
10
2
8
8
18
Task 2.0 Civil Sheets
VVater Line Plan & Profile - Sheet 1
11
2
8
8
18
VVater Line Plan & Profile - Sheet 2
12
2
8
8
18
VVater Line Plan & Profile - Sheet 3
13
2
8
8
18
VVater Line Plan & Profile - Sheet 4
14
2
8
8
18
VVater Line Plan & Profile - Sheet 5
15
2
8
8
18
Construction Staging Plan - Sheet 1
16
2
8
8
18
Construction Staging Plan - Sheet 2
17
2
8
8
18
VVater Line Details - Sheet 1
18
2
8
8
18
VVater Line Details - Sheet 2
19
2
8
8
18
VVater Line Std. Details - Sheet 1
20
1
1
2
VVater Line Std. Details - Sheet 1
21
1
1
2
VVater Line Std. Details - Sheet 1
22
1
1
2
VVater Line Std. Details - Sheet 1
23
1
1
2
VVater Line Std. Details - Sheet 1
24
1
1
2
VVater Line Std. Details - Sheet 1
25
1
1
2
VVater Line Std. Details - Sheet 1
26
1
1
2
VVater Line Std. Details - Sheet 1
27
1
1
2
Paving Plan & Restoration - Sheet 1
28
2
8
8
18
Paving Plan & Restoration - Sheet 2
29
2
8
8
18
Paving Plan & Restoration - Sheet 3
30
2
8
8
18
Intersection Plan - Sheet 1
31
2
8
8
18
Intersection Plan - Sheet 2
32
2
8
8
18
ADA Ramp Details - Sheet 1
33
2
8
8
18
ADA Ramp Details - Sheet 2
34
2
8
8
18
Channelization and Signing Plan - Sheet 1
35
2
4
8
14
Channelization and Signing Plan - Sheet 2
36
2
4
8
14
Channelization and Signing Plan - Sheet 3
37
2
4
8
14
Miscellaneous Details - Sheet 1
38
2
8
8
18
Miscellaneous Details - Sheet 2
39
2
8
8
18
0
1 62 1
0
1 0
1 224
1
236
1 0
522
Effort
Task 2.0 Construction Plans
Pagel oft
41
ATTACHMENT 3- CONSULTANT FEE DETERMINATION
Task 2.0 Construction Plans
S 149TH ST TO 0 150TH ST WATER MAIN REPLACEMENT 7/18/2023
Task 2.0 Construction Plans
Page 2 oft
42
a m r
a
o
QU vp
N O C
v O d a d O` oU
• N v 2
m
'm mo
DRAWING LIST
Number
m
.oo_ 3 0 o Q
U w iw 3U
Totals
DSC
$ 98.25
$ 74.79
$ 102.42
$ 78.61
$ 45.56
$ 53.47
$ 46.56
Prepare 30% Plans
40.0%
0
25
0
0
90
94
0
209
Prepare 60% Plans
20.0%
0
12
0
0
45
47
0
104
Prepare 90% Plans
20.0%
0
12
0
0
45
47
0
104
Prepare 100% Plans
15.0%
0
9
0
0
34
35
0
78
Prepare Ad -Ready Plans
5.2%
0
4
0
0
10
13
0
27
0
62
0
0
224
236
0
522
Task 2.0 Construction Plans
Page 2 oft
42
ATTACHMENT 3- CONSULTANT FEE DETERMINATION
S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT
1
2
3
a
5
6
Task 13.0 ROW Plans
7/18/2023
0/0 Effort
Prepare Preliminary Plans
80.0%
5
5
F
c
A5
ao
°
ad
me
A
�
c
En
C
O
ac
c a
`
EtOE
u
v 2
15.0%
1
1
0
0
0
.5
ff
7 m
ii
Prepare Addendum Plans
.m
'o'o
0
0
DRAWING LIST
0
Number
o.
U w
m` w
i5 w
U
o O
o ¢
Totals
72
0
DSC
$ 98.25
1 $ 74.79 1
$ 102.42
1 $ 78.61
1 $ 45.56 1
$ 53.47
1 $ 46.56
Task 13 RIGHT OF WAY PLANS
Right of Way Plan Cover Sheet
1
1
1
12
14
Right of Way Plan - Sheet 01
2
1
1
12
14
Right of Way Plan - Sheet 02
3
1
1
12
14
Right of Way Plan - Sheet 03
4
1
1
12
14
Right of Way Plan - Sheet 04
5
1
1
12
14
Right of Way Plan - Sheet 05
6
1
1
12
14
0
Total Hours
6
1 6 1
0
1 0
1 0 1
72
1 0 1 84
0/0 Effort
Prepare Preliminary Plans
80.0%
5
5
0
0
0
58
0
68
Prepare Final Plans
15.0%
1
1
0
0
0
11
0
13
Prepare Addendum Plans
3.6%
0
0
0
0
0
3
0
3
98.6%
6
6
0
0
0
72
0
84
Task 13.0 ROW Plans
Page 1 011
43
CITU OF TUKWILA
5 149TH & 1SOTH WATERMAIN REPLACEMENT
Preliminary Design Schedule
Fr! 017/./.
consoioo3ry 3ary F n„u=3
3 MOMu,�sa r:somm�smoouereemeo3: 3mrx on 7aaa3 Fn/,0/z3
so�.�vam00/20 Maooi.s 90 da„ Mo.r12./x3 ui3
30 day. Mon 0120, Fr.,
Mon 9,10,3 /3
2 Mrs 0 Mon 11,3,3 / /z3
�.soda, Prl.o. a s/30/x3
60 dry, 00/,0,3 Fn 30,3,3
pon00 days. Mon30,6,3 Fn 32,10/23
00 days. Mon32,3,3 r.,.
306, Mo. 21./x3 0110/33/x3
Mon VI. 0130/33/x3
5 day. Mon M5,3 Fr19,10,123
Mon M5,3 n30,3,3
0Nnc3oPreen3099.0F M
n30,za3 Fri30,0/v
Fri 10,0,3 Fri30,0,3
Mon 10,3,3 Fri30/n,3
2 Complete .9.30F 6.771,23 Mon 10/30,3 Fn 320,3
oNnc 9.9 M9m1M31 5 days. Mon3233,3 Fn 3235,3
Fn3235,3 Fn 325,3
5 days. 003230,3 Fn 12,122,123 M9m
Mon 12,5,3 M.N.
oNnc9o.as,,,o, 5 days. Moo 26,0 Fn 2/9/20
Fn 29,0 Fri.,.
Moo 2,2+0 Fn 277.16/20
MF1931.9m1M,� o� „0 Fn3,,.
n3,,. Fri 3,77.20
0n3„0 Fn3 W.
Mon . F, 3/=3/z.
..Re,n.nnmiM,l 0 3,3,0 Fri 3,07.20
.3,5,0 Fri 3,07.20
Mon VI. Fn„5/z.
onMon M51,3 Fri 9,07.23
10,0,3 Fri .577.20
Mon 3,0,0 Fri 0,27120
,M'3�,&A,aM Mona/18/=. Fn3/3/=1
3 Mrs. Mon3,0,0 Fn.,.
Mo6ii�.on/M�me•.6mm„io.�.
Feats
.n
Mme
w.n�o
cvmd nFane suivev FF/za
.0
crepareo�as
Qea.�aiw
F u=
m
Co,..
s e
on
19M9
amok�s
w
• sres
6
Complete
0A/xM.
ye i
...
�aFFti�
Fti�..3CMw'a
WocneB�.,.
,.6mma
: Complete
�,..aw �,,.6m���
0,
��
51 PI
Open B.
.6
,_, n0, 20
10150 Mon 0,10,51 Fri 0,27120
waro063,31 Fr11/1.111lwz1:
, n3„0
Mm��tto, „ n3,77.20
loo clays
loo a,
seM
.3160.
Mon 5,16,51
F, 900/z:
.9,0,0
�� �.. ms
9/m
44
1 ALLIANCE
GEOMATICS
-AN ATLAS COMPANY -
Project Number 23-073
Project Name Tukwila Water Main Replacement
Client WSP
Owner City of Tukwila
Cost + FF (DSC) Pricing Proposal
S 149th to S 150th Water Main Replacement
6/16/2023
by
ck'd
MG
DP
TASK X Surveying & Mapping
Principal
Surveyor
Project
Manager
QA/QC
PLS/Project
CADD 5
CADD 4
Tech 5
Tech 3
Assist PM
Admin
Total Hours
Labor Dollars
Task DSC Rate
$ 96.15
$ 61.75
$ 48.50
$ 48.50
$ 43.50
$ 39.00
$ 43.00
$ 37.00
$ 38.00
$ 36.00
computer
Subtask 8.lRight-of-Way Coordination Meetings
UG Utility Locates
6
ODC's (Other Direct Costs)
other
$ -
8
8
22
$ 962.50
Subtask 8.2Right-of-Way Plans
SUB TOTAL
4
2
Other
$ -
$ 7,000.00
SUB TOTAL
$ 7,000.00
6
$ 344.00
Subtask 8.3Right-of-Way Exhibits
1
4
4
24
33
$ 1,701.15
Subtask 9.1 Survey Control
1
4
1
8
16
24
54
$ 2,355.65
Subtask 9.2 Topographic Surveying and Mapping
2
8
80
120
210
$ 8,566.30
Subtask 9.3Creation of Design Files
2
8
8
80
98
$ 4,554.30
Subtask 9.5Right-of-Way, Boundaries (70 Parcels)
2
8
8
64
82
$ 4,178.30
8 42 23 96 80 0 96 144 8 8
505
Total Dollars $ 769.20 $ 2,593.50 $ 1,115.50 $ 4,656.00 $ 3,480.00 $ - $ 4,128.00 $ 5,328.00 $ 304.00 $ 288.00
1
$ 22,662.20
Direct Salary Cost
$ 22,662
Overhead Cost
Fee (*DSC)
149.56% $ 33,894
33.00% $ 7,479
ODC BREAKDOWN
NON -INVOICED
INVOICED
Total Labor
I $ 64,034
Mileage
10001
0.655
$655.00
3D Laser Scanner (2 Days)
Materials
repro
$ -
Traffic Control
$ 2,000.00
computer
$ -
UG Utility Locates
$ 5,000.00
ODC's (Other Direct Costs)
other
$ -
Other
$ -
Non -Invoiced (mileage; repro; etc.)
Invoiced (sub -c; rental; etc.)
Mile/repro
TBD
$ 655.000
SUB TOTAL
$ 655.00
Other
$ -
$ 7,000.00
SUB TOTAL
$ 7,000.00
45
PanGE®
INCORPORATED
Geotechnical & Earthquake
Engineering Consultants
June 14, 2023
File No. P-8760
Mr. Jourden Makinen, P.E.
WSP USA
33301 9th Avenue South, Suite 300
Federal Way, Washington 98003
Subject: Proposal for Geotechnical Services
Water Main Replacement
South 149th Street and South 150th Street, Tukwila, Washington
Dear Mr. Makinen:
Attached please find our proposal to provide geotechnical input for the proposed water main
replacement project for the City of Tukwila, Washington. We understand it is planned to replace
two sections of water main. The project areas are described below:
• South 149th Street: Replace the existing 6 -inch cast iron water main below South 149th
Street with a new 8 -inch ductile iron pipe and extend the water main about 500 feet to the
west to Macadam Road South. The proposed alignment will require extending the water
main through an easement through the Southcenter Baptist Church property at 14742
Macadam Road South.
The easement through the Southcenter Baptist Church is the preferred route and if pursued,
an existing north -south trending section of water main extending from South 149th Street
to South 150th Street will be abandoned. However, if an easement through the church
property cannot be obtained, the north -south trending water main would be upgraded to an
8 -inch diameter ductile iron pipe.
• South 150th Street: Replace the existing 6 -inch diameter cast iron water main with a new
8 -inch diameter ductile iron pipe below a 400- to 500 -foot -long section of South 150th
Street.
46
We understand the inverts of the waterlines will likely be about 5 feet deep.
Our proposed scope of services and fee are summarized in Exhibits I and II, respectively. We
estimate that a budget of $14,799 will be needed to complete the proposed geotechnical evaluation.
We will not exceed this amount without your prior authorization.
Please call should you have any questions regarding this proposal.
Sincerely,
Scott D. Dinkelman, LEG
Principal Engineering Geologist
Enclosures:
Exhibit I: Scope of Services
Exhibit II: Cost Estimate
47
EXHIBIT I - SCOPE OF SERVCIES
1. Kickoff Meeting — PanGEO will attend a project kickoff meeting with the project team
and the City of Tukwila.
2. Document Review — Collect and review readily available geotechnical or geologic data
for the project area. Results from the review will be used to prepare a exploration work
plan memo to supplement our site reconnaissance and subsurface exploration.
3. Site Reconnaissance — We will perform a geologic reconnaissance along the water main
alignment to review existing site conditions and finalize our boring locations.
4. Subsurface Exploration (Test Borings) — We propose to drill a total of five test borings.
Three of the test borings will be located along the preferred route for the new water main
through the Southcenter Community Baptist Church property. The other two borings will
be drilled in the South 149th Street and South 150th Street right of way where the existing
water main will be upgraded.
The test borings will be located within the travel lanes of South 149th Street and South 150th
Street. We anticipate closure of one travel lane will be needed during drilling. We will
retain a traffic control subconsultant to provide traffic control.
At least 72 -hours before conducting our field exploration, we will mark out our boring
locations and arrange for a utility locate. We will also use a private locator to clear our
boring locations prior to drilling.
The test borings will be drilled using hollow stem augers. Soil samples will be obtained
from the test borings at 21/2- and 5 -foot depth intervals, using the Standard Penetration Test
(SPT) method. When completed, the test borings will be backfilled per the Department of
Ecology's requirements. Drill cuttings will be removed.
Assumptions: We assume street -use permits (if needed) will be provided by the City of
Tukwila at no cost to PanGEO.
5. Laboratory Testing — Where appropriate we will select representative soil samples for
geotechnical index testing. These tests may include moisture contents and grain size
analysis.
48
6. Geotechnical Report — Prepare a draft geotechnical report for review. The report will be
finalized once we receive review comments from the project team. In general, the report
will include:
• A site plan indicating the approximate test boring locations, summary boring
logs, and a subsurface profile.
• Description of surface and subsurface conditions encountered in our test
borings, and a summary description of soils and groundwater conditions.
• Recommendations for trenching, excavation support to protect adjacent
utilities and roadways, subgrade preparation, and backfill.
• Suitability of the on-site soils for trench backfill.
• Recommendations for pavement restoration.
• Recommendations for groundwater control, if needed.
• Other recommendations as needed based on the site surface and subsurface
conditions.
7. Post -Report Consultation/Meetings — We will attend project meetings, provide post -
report consultation, and assist with the design and preparation of plans and specifications
on an as -needed basis.
49
EXHIBIT II - COST ESTIMATE
ESTIMATED LABOR:
WORK TASKS.
DESCRIPTION
PERSONNEL & HOURLY RATE
TOTAL
HOURS
TOTAL
AMOUNT
Tan
•.. Dinkelma
A. Ong S. Scott
$90.33
$65.52
$45.22
$37.96
Kickoff Meeting
2
2
$181
Site Reconnaissance/Utility Locate
1
4
5
$217
Work Ran Memo
1
2
3
$166
Borehole Logging
110
11
$470
Roject Coordination Meetings
3
3
$271
Draft Report
1
4
12
4
21
$1,047
Ran and Specification Review
1
6
7
$362
90% Final Report
1
2
3
$221
0
$0
TOTAL LABOR: 8
7
18 20
0 0 53
$2,754
LABORATORY TESTING:
ESTIMATED LABOR+ OH + PROFIT
Est. No.
Unit
Total
Direct Salary Cost
$2,754
Test
Tests
Cost
Cost
Overhead Cost (128.63%)
$3,543
Moisture Content
4
$25
$100
Rofit (30% of Direct Salary)
$1,889
Grain Size Analysis
4
$165
+ $660
ESTIMATED LABOR+ OH + PROFIT
$8,187
Atterberg Limits
_
ESTIMATED DIRECT EXPENSES:
LABORATORY TOTAL:
$760
Mileage: 160 @ $0.66/mi
$106
Laboratory Testing
$760
Rivate Utility Locate
$340
Drilling Subcontractor
Mobilization
$700
Drilling (60 feet at $65/foot)
$3,900
Traffic Control
$750
Field Supplies
$25
10% Markup on Outside Services
$658
TOTAL DIRECT EXPENSES:
$7,239
Labor Cost + OH + Profit
$8,187
Direct Expenses
$7,239
PanGEO TOTAL:
$15,425
50