Loading...
HomeMy WebLinkAbout23-143 - WSP USA - South 149th Street / South 150th Street Watermain Replacement Design and Construction ManagementAmendment No. 1 Between the City of Tukwila and WSP USA, INC. That portion of Contract No. 23-143 between the City of Tukwila and WSP USA, Inc. is hereby amended as follows: 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 December 31, 2025, 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, 2025 unless an extension of such time is granted in writing by the City. All other provisions of the contract shall remain in full force and effect. Dated this 6th day of December , 2024. CITY OF TUKWILA WSP USA, INC. Signed by: DS E-� ... - Thomas McLeod, Mayor Printed Name: Arianne Mizuta, Project Director ATTEST/AUTH ENTICATED APPROVED AS TO FORM Signed by: Signed by: E99E�k46�E Andy Youn, MMC, City Clerk Office of the City Attorney CA Reviewed May 2020 Page I of I City of Tukwila Contract Number: 23-143 ��. 6200 Southcenter Boulevard, Tukwila WA 98188 Council Approval 8/21/23 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 149th St & S 150th 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. 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: 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 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 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. 9993 d 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 DATED this 29th day of August , 2023. CITY OF TUKWILA WSP USA Inc.: Ds DocuSigned by: i + Digitally signed by Crawford, rte' Crawford, Kara (crawFordkr) Kara (crawfordkr) Date: 2023.08.02 32B402, By: I 10:07 AM PDT Printed 0840:54-07�00' Allan Ekberg, Mayor ATTEST/AUTHENTICATED: DocuSigned by: (6Sfc� 0- ' F�� 88678483CB594E7... Christy O'Flaherty, City Clerk APPROVED AS TO FORM: —DocuSigned by: 'cQ.1.1. d—. Sat'& 5E499CA4165E452... Office of the City Attorney Printed Name: Kara Crawford Title: Senior Director CA revised May 2020 Page 5 EXHIBIT A SCOPE OF WORK FOR ENGINEERING SERVICES FOR S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT PROJECT 13ACKGROI AIM'.) I1 1 , 1111 1 ,S 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. Ilf:'' I1::RO,J I , ,,,,I,,,, II IIf: IONS 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). a Design of the project will comply with the City of Tukwila Public Works Departnient, Infrastructure Design and Construction Standards (2019). 0 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 Departinent, Infrastructure Design and Construction Standards (2019). 0 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. 0 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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpllaceinrPeint IAISIF�, 202311491 Rulk�Milla, Washington Jully 2023 age 11 d iiiiii is the preferred alternative. Only the extension through the church property from the west end of 5149th 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. 1f::::)1 ', Ilf::::° Ilf::-Z l AIM[ IL......Ill.......: llf;;;;;;: lll,,,,,. I1:::::" 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 General Activities Task 2.0 Design Submittal and Review Task 3.0 Civil Design Task 4.0 Construction Specifications Task 5.0 Construction Cost Estimate Task 6.0 Construction Schedule Task 7.0 Utility Coordination Task 8.0 Right -of -Way Plans and Assistance Task 9.0 Surveying (ABC Surveyor) Task 10.0 Geotechnical Engineering (ABC Geotechnical) Task 11.0 Directed Services Task 12.0 Ad, Bid, and Award Services Task 13.0 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. SCI IE (see attached sdh i. III ) 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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpllaceinrPeint IAISIF�, 202311491 Rulk�Milla, Washington Jully 2023 Flage ilii d iiiiii TABLE OF CONTENTS DRAFT SCOPE OF WORK S 149TH TO S 150TH ST WATER MAIN REPLACEMENT SII'""rIIIIIN II', PROJECT BACKGROUND AND OBJECTIVES............................................................................. PROJECTASSUMPTIONS.......................................................................................................... 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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRejollaceinrPeint IAISIF�, 202311491 FuulkWilla, Washington Jully 2023 Page iiiiii of iiiiii S 1K1 ..0AC 111111111 111 I. 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. 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. 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 tear 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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpllaceinrPeint IAISIF�, 202311491 Rulk�Milla, Washington Jully 2023 age:. I 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 S 1K 2.0I1"" )ESIGIN SURIMI ,,,,I,,, ,,,,I,,,, Al,,,,,. IIS IC;; 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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpllaceinrPeint IAISIF�, 202311491 Rulk�Milla, Washington Jully 2023 age:. 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 Protile (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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpllaceinrPeint IAISIF�, 202311491 Rulk�Milla, Washington Jully 2023 age3of16 - 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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpllaceinrPeint IAISIF�, 202311491 Rulk�Milla, Washington Jully 2023 age:. 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 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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpllaceinrPeint IAISIF�, 202311491 Rulk�Milla, Washington Jully 2023 age:,5of16 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) 0 Up to two ADA ramps may require a MEF, most likely at the intersection of S 150th Street and Macadam Road South. Deliverable(s) 0 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 ASK 4.0 CONS I �RUC I 110N IONS 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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpllaceinrPeint IAISIF�, 202311491 Rulk�Milla, Washington Jully 2023 age:, 6 of 16 The CITY will prepare the final contract documents, including compiling all the specifications and drawings. Deliverable(s) 0 Special provision submittals at 90, 100 percent and Ad Ready level of completion IK 5.0 CONS„,,I,,,,�RUC 110N COS Ilf:::.::. ,,,,I,,,, IIS ,,,, 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) 0 Thirty (high level), 60, 90, and 100 percent, and Ad Ready engineer's construction cost estimates Engineer's construction cost estimate review comments A quantity take -off binder at the Ad Ready submittal if requested. 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) 0 60, 90, 100 percent, and Ad Ready construction schedules using Primavera or Microsoft Project scheduling software Responses to Construction Schedule review comments IK 7.0 U ,,,,1,,,, III II,,,,,,. III ” IE III IIS �,,,, III IIS 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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpllaceinrPeint IAISIF�, 202311491 Rulk�Milla, Washington Jully 2023 age:. 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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpllaceinrPeint IAISIF�, 202311491 Rulk�Milla, Washington Jully 2023 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 S Ilf„ III II,,,,,,,I ,,,, ,,,,,,,,, Ilf,,,,, ,,,,.WAY Ilf,"III,,,,,.ANS AN!"; S S III S,,,,I,,,, JIB I , 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 (SUB CONSULTANT), 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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpllaceinrPeint IAISIF�, 202311491 Rulk�Milla, Washington Jully 2023 age:. 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. ASK9.0 U Ilf„R I ,1Y1 II (t,,,,, 11......11......111 JI I , ) 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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpllaceinrPeint IAISIF�, 202311491 Rulk�Milla, Washington Jully 2023 Flage 10 of 16 Subtask 9.1 Survey Control The CONSULTANT shall perform all survey control in accordance with the City of Tukwila Public Works Deparlmenl, Infrastruclure Design and Construclion Slandards (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/Note's Monuments and,Riht-of-Wad Monument/Control Line, 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 Distance, Radius, • Equipment, Method, and Angle Delta and Accordance with 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 -D mapping will be completed. City of Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpllaceinrPeint IAISIF�, 202311491 Rulk�Milla, Washington Jully 2023 l::lage, 'I II 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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpIlaceinrPeint IAISIIF�, 202311491 Rulkrnriilla, Washington Jully 2023 Flage 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 3DR 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. 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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpllaceinrPeint IAISIF�, 202311491 Rulk�Milla, Washington Jully 2023 Flage 13 of 16 ASK11 .O ,.I El'..'.) ,,,,,,,,, ,,,,,,,. 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 S 1 , 0 AE), R111'..), ANI'..'.) II: Il'..) 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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpllaceinrPeint IAISIF�, 202311491 Rulk�Milla, Washington Jully 2023 l::a;uge 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 S 1K 1 , IIS 1::Ruc,,,,�,,,, III IIS St PP Ilf,,,,1 IF:R,,,,,,,, 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. Ilf Ilf............... 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. II,,,,,,.0SING 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 Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpllaceinrPeint IAISIF�, 202311491 Rulk�Milla, Washington Jully 2023 Flage 15 of 16 Sincerely, A,-, Jourden Makinen, PE Project Manager Kara Crawford, PE Senior Director Attachments Attachment 1 — Conceptual Project Exhibit Attachment 2 — Survey Limits Exhibit Attachment 3 — Basis of Fee Proposal Attachment 4 — Design Schedule Attachment 5 — 1 -Alliance Fee Attachment 6 — PanGeo Scope and Fee City of Fuilkwiilla S 149th St to S 150th St Water IMalin IRelpIlaceinrPeint IAISIIF�, 202311491 Rulk�Milla, Washington Jully 2023 fbasge 16 of 16 ATTACHMENT 1- CONCEPTUAL PROJECT CITY OF TUKWILA S 149TH TO S 150TH WATER MAIN REPLACEMENT PROJECT ATTACHMENT 2 -REQUESTED SURVEY AREA CITY OF TUKWILA S 149TH TO S 150TH WATER MAIN REPLACEMENT PROJECT ATTACHMENT 3 - CONSULTANT FEE DETERMINATION S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT DIRECT SALARY COSTS (DSC) Personnel Hours Rate Cost Summary 7/18/2023 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 $ - = $ - Total Hours 1,596 Subtotal Direct Salary Costs (DSC) = $ 923086.33 4% Salary Escalation (4%/yr) of DSC = $ 33683.45 149.448 Subtotal (DSC + SE) = $ 953769.78 Overhead (OH) 139.52% of (DSC + SE) = $ 1333618.00 Fixed Fee (FF) 33.00% of (DSC + SE) = $ 313604.03 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 TOTAL WSP = $261,221.06 SUBCONSULTANTS 1 -Alliance -Task 9.0 (See Attachment 5) PanGeo - Task 10.0 (See Attachment 6) $ 71,689.00 $ 15,425.00 TOTAL Subconsutlants = $ 87,114.00 Management Reserve = $ - TOTAL Authorized Amount $348,335.06 Page 1 of 1 ATTACHMENT 3 -CONSULTANT FEE DETERMINATION S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT WSP Hours 7118/2023 WSP Hours Page 1 of 5 N y v ai m m R m 3m d m m m m d ma c0 �u u.o =t aim _ y a a) a Task a a� � 2 iUaw O c � c maw inw ? c Uw ar Q aU ° oar o.L)< Totals DSC $ 98.25 $ 74.79 $102.42 $ 78.61 $ 45.56 $ 53.47 $ 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 ATTACHMENT 3 -CONSULTANT FEE DETERMINATION S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT WSP Hours 7118/2023 WSP Hours Page 2 of 5 N y v ai m u m R m 3m d m m m m d ma c 0 �u u .o = t aim _ y a a) a Task 2 a a� � 2 iUaw O c � c maw inw ? c Uw aj Q aU ° oar o.L)< Totals DSC $ 98.25 $ 74.79 $102.42 $ 78.61 $ 45.56 $ 53.47 $ 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 1 2 4 8 15 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 a 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 ATTACHMENT 3 -CONSULTANT FEE DETERMINATION S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT WSP Hours 7118/2023 WSP Hours Page 3 of 5 N y v ai m m m d m R 3m m m m d ma c0 �u u.o =t aim _ y a a) a Task 2 a a� � 2 iUaw O c maw � c inw ? c Uw aj Q oU ° oar o.L)< Totals DSC $ 98.25 $ 74.79 $102.42 $ 78.61 $ 45.56 $ 53.47 $ 46.56 $ - 90% Specification Submittal 4 2 16 - - 44 - 3 65 Amendments 4 16 1 21 Division 1 City Support 1 4 16 1 22 Division 2- 9 1 4 8 13 Address City Comments 4 4 1 9 100% Specification Submittal 4 2 10 24 - 3 39 Amendments 2 8 1 11 Division 1 City Support 2 8 1 11 Division 2- 9 1 2 4 7 Appendices 1 2 2 5 Address City Comments 2 2 1 Ad -Ready Specification Submittal 4 - 1 4 - 1 6 Incorporate Comments and Submit 1 4 1 6 TASK 5 - CONSTRUCTION COST ESTIMATE 5 5 25 40 30 100 30% Cost Estimate Submittal 5 1 8 16 8 33 60% Cost Estimate Submittal 5 1 8 8 8 25 90% Cost Estimate Submittal 5 1 4 8 8 21 100% Cost Estimate Submittal 5 1 4 4 4 13 Ad Ready Cost Estimate Submittal 5 1 1 4 2 8 TASK 6 - CONSTRUCTION SCHEDULE 6 2 20 22 60% Construction Schedule Submittal 6 1 8 9 90% Construction Schedule Submittal 6 6 6 100% Construction Schedule Submittal 6 1 4 5 WSP Hours Page 3 of 5 ATTACHMENT 3 -CONSULTANT FEE DETERMINATION S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT WSP Hours 7118/2023 WSP Hours Page 4 of 5 N y v ai m u m m d m R 3m m m m d ma c 0 �u u .o = t aim _ y a a) a Task a a� � 2 iUaw O c maw � c inw ? c Uw aj Q aU ° oar o.L)< Totals DSC $ 98.25 $ 74.79 $102.42 $ 78.61 $ 45.56 $ 53.47 $ 46.56 $ - Ad Ready Construction Schedule Submittal 6 2 2 TASK 7 - UTILITY COORDINATION 7 1 11 36 8 56 Review Existing Utility Data 7.1 4 8 2 14 Utility Coordination Meetings 7.2 - 5 22 27 Conduct Initial Utility Kick-off Meeting (1 mtg) 1 1 2 Conduct Quarterly Utility Meetings (3 mtgs) 3 3 Prepare Meeting Minutes (3 mtgs) 3 3 Conduct Individual Utility Meetings (up to 3) 3 3 Utility Coordination (up to 4 hrs per month for 6 months) 4 12 16 Utility Potholing Plan 7.3 1 2 6 6 15 Identify Utility Conflicts 1 1 4 2 8 Prepare Utility Potholing Plan 1 2 4 7 TASK 8 - RIGHT-OF-WAY PLANS AND ASSISTANCE 8 15 22 20 152 209 Right -of -Way Coodination Meetings 8.1 9 12 12 72 105 Right -of -Way Coordination Meetings (assume 6 at 1 hr) 3 6 6 15 Prepare Meeting Notes 6 6 Right -of -Way Plans 8.2 6 6 72 84 Preliminary Right -of -Way Plans 5 5 58 68 Final Right -of -Way Plans 1 1 11 13 Addendum Right -of -Way Plans 3 Right -of -Way Exhibits 8.3 - 4 8 8 20 Prepare Right -of -Way Exhibits (up to 4) 4 8 8 20 TASK 9 -SURVEYING (1 -Alliance) 9 See Attachment 5 WSP Hours Page 4 of 5 ATTACHMENT 3 -CONSULTANT FEE DETERMINATION S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT WSP Hours 7118/2023 WSP Hours Page 5 of 5 N y v ai m u m m d m R 3m m m m d ma c 0 �u u .o = t aim _ y a a) a Task 2 a a� � 2 iUaw O c maw � c inw ? c Uw aj Q aU ° oar o.L)< Totals DSC $ 98.25 $ 74.79 $102.42 $ 78.61 $ 45.56 $ 53.47 $ 46.56 $ - TASK 10 - GEOTECHNCIAL ENGINEERING (PanGeo) 10 See Attachment 6 TASK 11 -DIRECTED SERVICES 11 Directed Services 11 TASK 12 - AD, BID, AND AWARD SERVICES 12 8 21 26 20 4 79 Bid Advertisement Assistance 12.1 1 4 4 - 4 - 13 Prepare Contract Bid Documents and Upload 1 4 4 4 13 Prepare Response to Bidder Inquiries 12.2 - 2 4 - 6 Prepare Formal Responses to Bidder Comments 2 4 6 Prepare Addendums 12.3 1 4 4 4 13 Prepare Addenda (up to 2 addenda) 1 4 4 4 13 Prepare Conformed Final Contract Documents 12.4 1 4 8 16 29 Prepare Conformed Final Contract Documents 1 4 8 16 29 Pre -Bid Meeting 12.5 4 5 5 14 Prepare Powerpoint Presentation 1 2 2 5 Conduct Pre -Bid Meeting and Site Walk (assume 1 at 3hr) 3 3 3 9 Bid Evaluation Review and Meeting 12.6 1 2 1 4 Bid Evaluation Review Meeting (assume 1 at 1hr) 1 1 1 3 Prepare Meeting Notes 1 1 TASK 13 - CONSTRUCTION SUPPORT SERVICES (NOT SCOPED AT THIS TIME) 13 Construction Support Services 13 - - TOTAL 110 323 580 514 69 - 1,596 WSP Hours Page 5 of 5 ATTACHMENT 3 -CONSULTANT FEE DETERMINATION S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT Task 2.0 Construction Plans 711812023 DRAWING LIST Number a u w m w m w c1 o a� 0 o � - E a¢ Totals DSC I $ 98.25 $ 74.79 $ 102.42 E 78.61 $ 11.16 $ 53.47 $ 4fi.5fi Cover Sheet, Vicinity Map, and Index 1 2 6 6 14 General, TESC.. Work on Private Property Nates 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 Nates 5 2 4 4 10 Existin Conditions. Ke Ma Surve Control and Nates 6 2 4 4 10 Site Prep & TESC Plan - Sheet 1 7 2 3 3 18 Site Prep & TESC Plan - Sheet 2 a 2 3 3 18 Site Prep & TESC Plan - Sheet 3 9 2 5 3 18 TESC Details - Sheet 1 10 2 8 8 18 Water Line Plan & Profile - Sheet 1 11 2 3 3 18 Water Line Plan & Profile - Sheet 2 12 2 3 3 18 Water Line Plan & Profile - Sheet 3 13 2 8 8 18 Water Line Plan & Profile - Sheet 4 14 2 3 3 18 Water Line Plan & Profile - Sheet 5 15 2 3 3 18 Construction Staging Plan - Sheet 1 16 2 3 3 18 Construction Staging Plan - Sheet 2 17 2 3 3 18 Water Line Details - Sheet 1 13 2 3 3 18 Water Line Details - Sheet 2 19 2 3 3 18 Water Line Std. Details - Sheet 1 20 1 1 1 Water Line Std. Details - Sheet 1 21 1 1 2 Water Line Std. Details - Sheet 1 22 1 1 2 Water Line Std. Details - Sheet 1 23 1 1 1 Water Line Std. Details - Sheet 1 24 1 1 1 Water Line Std. Details - Sheet 1 25 1 1 2 Water Line Std. Details - Sheet 1 26 1 1 1 Water Line Std. Details - Sheet 1 27 1 1 1 Paving Plan & Restoration - Sheet 1 23 2 3 3 18 Paving Plan & Restoration - Sheet 2 29 2 3 3 18 Paving Plan & Restoration - Sheet 3 30 2 3 3 18 Intersection Plan - Sheet 1 31 2 3 3 18 Intersection Plan - Sheet 2 32 2 3 3 18 ADA Ramp Details - Sheet 1 33 2 3 3 18 ADA Ramp Details - Sheet 2 34 2 3 3 18 Channelizaticn and Signing Plan - Sheet 1 35 2 4 3 14 Channelization and Signing Plan - Sheet 2 36 2 4 s 14 Channelization and Signing Plan - Sheet 3 37 2 4 8 14 Miscellaneous Details - Sheet 1 33 2 3 3 18 Miscellaneous Details - Sheet 23s 2 3 3 13 0 62 0 D 224 236 D 512 h Effort Task 2.0 0—truot- Plans Paas 1 of 2 ATTACHMENT 3 -CONSULTANT FEE DETERMINATION S 149TH ST TO S 150TH ST WATER MAIN REPLACEMENT Task 2.0 Construction Plans 711812023 Task 2.0 0—truot- Plans Paas 2.f 2 o � - a� E DRAWING LIST Number a u w m w m w 0 0 o a¢ Totals DSC $ 98.25 $ 74.79 $ 102.42 $ 78.61. $ 45.56 $ 53.47 $ 46.56 Pre are 30% Plans 40.0% D 25 D D 90 94 0 209 Pre are 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 0—truot- Plans Paas 2.f 2 ATTACHMENT 3 -CONSULTANT FEE DETERMINATION S 149TH ST TO S 15UTH ST WATER MAIN REPLACEMENT Task 13.0 ROW Plans 711812023 Effort Prepare Preliminary Plans 80.0% 5 12 a 0 0 � t 0 68 Prepare Final Plans � 1 0 a U o a R 11 0 13 Prepare Addendum Plans 3.51/. 0 0 � G U 0 3 0 3 98.5 -Al 5 6 0 0 0 72 0 84 DRAWING LIST Number w in w v 0 o a` ¢ Tatals DSC $ 98.25 $ 74.79 $ 102.42 $ 78.61 $ 45.56 $ 53.47 $ 46.11 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 Hoursl 5 5 0 0 0 72 0 1 84 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 3.51/. 0 0 0 0 0 3 0 3 98.5 -Al 5 6 0 0 0 72 0 84 Task 13.0 ROW Plans Pa 1 11 CITY OF TUKWILA 5 149TH & 150TH WATERMAIN REPLACEMENT Preliminary Design Schedule wa, o ��;�:'000 'h ................ a .w e.�e. o MN mnkre anmc, so -ms. ^.m Ityz, sr Lts/,a � nslu/=s 'vs/=s riw vzaecrvae ,`'e5 zvec s ` sn as aaa�=uamacai owv.s, ensu/ze iaans/zi sx xiaetaf-xaV so esH mm� s/a/zs sn vh/xa ai rwla/W alms vo,,l:soo.xs z�on vo/w/xs rns/s/xa +� uua,ac esusa.�a�a a.vus3a Mm�slu/za wia/tyza ,= '" aew=. mnona snksss non sltsnx sa sHlta ""'�a"" rvTrmaamva.v uiovs» Fn>a/zr rn Ls/» I .0 uwq.s.em�va '... wpiw,-wry I nwi Mu w„�mO/////////////////////////////////. Vs nunnae eiaenwow ///////////i.nx I I tea,: m.e.e s I 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 MG ck'd DP TASK X Surveying &Mapping Principal Project Surveyor Manager OA/OC PLS/Project CADD 5 CADD 4 Tech 5 Tech 3 Assist PM Admin Total Hours Labor Dollars ,y ;. ........I ,,,,,,,,, „,,,,,,,,,,,,,,,,, other $ - Other SUB TOTAL $ 655.00 Other Subtask8.lRight-of-Way Coordination Meetings 6 8 8 22 $ 962.50 Subtask 8.2Right-of-Way Plans 4 2 a $ 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 94 $ 2,355.65 Subtask 9.2 Topographic Surveying and Mapping 1 21 81 1 1 1 1 Sol 1201 1 210 $ 8,566.30 Subtask 9.3Creation of Design Files 1 21 81 al I Sol I I 1 1 98 $ 4,554.30 Subtask 9.SRight-of-Way, Boundaries (70 Parcels) 1 21 81 81 641 1 1 1 1 1 82 $ 4,178.30 $ - 8 42 23 96 80 0 96 144 8 8 sos ........! .........i ....., ?Plf CSall, r�; $ , 9;,*,,,, i ,. ,,,? `.s, �,�o0o". 4, ,, . Direct Salary Cost Overhead Cost Fee (*DSC) Total Labor $ 22,662 149.56% $ 33,894 33.00% $ 7,479 ODC's (Other Direct Costs) Non -Invoiced (mileage; repro; etc.) Mile/repro $ 655.000 Invoiced (sub -c; rental; etc.) TBD $ 7,000.00 ODC BREAKDOWN leage 10001 0.6551 $655.00 3D Laser Scanner (2 C iterials repro $ - Traffic Control computer $ - UG Utility Locates other $ - Other SUB TOTAL $ 655.00 Other SUBTOTAL I N CO R P O R A T E D G �e,c tr r�frrrrc;tf & authquake ar, in ennlcf a cm!sufaan June 14, 2023 File No. P-8760 Mr. Jourden Makinen, P.E. WSP USA 33301 9m Avenue South, Suite 300 Federal Way, Washington 98003 Subject: Proposal for Geotechnical Services Water Main Replacement South 149m Street and South 150m 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: 0 South 14911 Street: Replace the existing 6 -inch cast iron water main below South 149I' 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 149m Street to South 150m 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. 0 South 15011 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 150m Street. Seattle, WA 98102 FeL (206) 262 0370 v✓a�✓a�✓.�rar.n a�;c�crr rig. uacrrri Proposal for Geotechnical Services Proposed Waterline: South 149m Street and South 150m Street, Tukwila, Washington June 14, 2023 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 11: Cost Estimate P-8760 PR.aocx Page 2 of 2 PanGEO, Inc. Proposal for Geotechnical Services Proposed Waterline: South 149m Street and South 150m Street, Tukwila, Washington June 14, 2023 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 149m Street and South 150m Street right of way where the existing water main will be upgraded. The test borings will be located within the travel lanes of South 149m Street and South 150m 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 2'/z- 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. P-8760 PR.docx Page 1 of 2 PanGEO, Inc. Proposal for Geotechnical Services Proposed Waterline: South 149m Street and South 150m Street, Tukwila, Washington June 14, 2023 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. P-8760 PR.docx Page 2 of 2 PanGEO, Inc. Proposal for Geotechnical Services Proposed Waterline: South 149th Street and South 150th Street, Tukwila, Washington June 14, 2023 EXHIBIT II - COST ESTIMATE ESTIMATED LABOR: PERSONNEL & HOURLY RATE Dinkelmar A. Ong S. Scott WORK TASK TOTAL TOTAL DESCRIPTION WS.Tar. $65.52 $45.22 $37.96 HOURS AMOUNT Kickoff Meeting 2 $181 Site Reconnaissance/Utility Locate 1 4 5 $217 Work Plan Memo 1 2 3 $166 Borehole Logging 1 10 11 $470 Project Coordination Meetings 3 3 $271 Draft Report 1 4 12 4 21 $1,047 Plan 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 Profit (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 Private 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 + Prof it $8,187 Direct Expenses $7,239 PanGEO TOTAL: $15,425 P-8760 PR.docx Page 1 of 1 PanGEO, Inc.