HomeMy WebLinkAboutUtilities 2013-03-18 Item 2B - Agreement - Central Business District Sanitary Sewer Rehabilitation with RH2 EngineerCity of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Utilities Committee
FROM: Bob Giberson, Public Works Director
BY: Mike Cusick, Senior Engineer
DATE: March 15, 2013
SUBJECT: CBD Sanitary Sewer Rehabilitation
Project No. 91140203
Consultant Recommendation and Agreement
ISSUE
Approve RH2 Engineers to perform design services for the CBD Sanitary Sewer Rehabilitation
Project.
BACKGROUND
The asbestos sanitary sewer concrete pipe in the CBD is approximately 45 years old and
becoming soft. Lining will strengthen the pipe with little impact to the roadways and minimal
excavation is required.
ANALYSIS
The City of Tukwila advertised a Request for Qualifications (RFQ) in the Seattle Times and
Daily Journal of Commerce for consulting firms to design the Rehabilitation Project. Two
consultants responded to the advertisement and City staff conducted interviews with the two
firms:
1) PACE Engineers of Kirkland, WA 2) RH2 Engineers of Bothell, WA
R2H Engineers is recommended for the CBD Sanitary Sewer Rehabilitation project. RH2 was
founded in 1978 to provide sewer and water engineering services and has nine offices in
Washington and Oregon. The professional staff members have backgrounds in water and
wastewater and are well qualified to complete design of the CBD Sanitary Sewer Rehabilitation
Project.
CBD Sanitary Sewer Rehabilitation
Consultant's Agreement CIP Budget
$79,977.00 $80,000.00
RECOMMENDATION
The Council is being asked to approve the agreement with RH2 Engineers in the amount of
$79,977.00 for the CBD Sanitary Sewer Rehabilitation project and consider this item on the
Consent Agenda at the April 1, 2013 Regular Meeting.
Attachments: Consultant Agreement with Scope of Work
W: \PW Eng \PROJECTS\+- SW Projects \CBD Sewer Rehabilitation (91140203)\ Info Memo RH2 3 8 2013.doc
5
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
ORIGINAL 1 PAGE NO 1 OF 14YAGES
Contract Number:
CONSULTANT AGREEMENT FOR
DESIGN SERVICES FOR THE
CBD SEWER REHABILITATION PROJECT
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and RH2 Engineering, 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 for
the rehabilitation for sanitary sewer system services in connection with the project titled CBD
Sewer Rehabilitation Project.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3 Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending , 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 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 $79,977.00 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.
6
ORIGINAL 1 PAGE NO I-- 00 4— PAGES
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, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non-owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be
endorsed to provide contractual liability coverage.
CA revised : 1-2013
Page 2
7
ORIGINAL PAGE NO 7) OF
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3 Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 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 Consultant
before commencement of the work. Certificates of coverage and endorsements as required
by this section shall be delivered to the City within fifteen (15) days of execution of this
Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
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.
CA revised : 1-2013
Page 3
AGES
8
ORIGINAL I PAGE NO 4 OF 14—PAGES
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, conunission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this warrant,
the City shall have the right to annul this contract without liability, or in its discretion to
deduct from the contract price or consideration, or otherwise recover, the full amount of such
fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any
such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. 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.
CA revised : 1 -2013
Page 4
9
ORIGINAL 1 PAGE NO 5 OF ( 4-PAGES
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:
RH2 Engineering
22722 29th Drive SW, Suite 210
Bothell, WA 98021
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.
DATED this
day of , 20
CITY OF TUKWILA CONSUL ANT
Mayor, Jim Haggerton
B :
/
Printed Name:
Title: "-e/JtOfir-
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1-2013
Page 5
10
ORIGINAL PAGE NO OF 14-PAGES
EXHIBIT A
Scope of Work
City of Tukwila
2013 Central Business District Sewer Rehabilitation
March 2013
BACKGROUND
The portion of Tukwila's Central Business District (CBD) for this project is bounded on the north by
Minkler Boulevard, by South 180th Street on the south, and by Andover Park East and Andover Park
West to the east and west, respectively. This area was first developed in 1967 by the Sanunamish
Commercial Company as an industrial park warehousing area. The developer installed asbestos-concrete
(AC) pipe for the sanitary sewer system. The design life of AC pipe is 40 years, and the existing pipe has
begun to fail.
In 2007 and 2011, the sanitary sewer system in the areas of the City of Tukwila (City) experienced
collapsed pipes due to the age and condition of the pipes. The repair of the collapsed pipe in those years
cost the City over $500,000 due to the depth of the pipe and seasonal high groundwater. To prevent the
collapse of any more sewer pipes in this area of the CBD, which would be likely to result in the
discharge of sewage into the Green River, the City has decided that the sanitary sewers in this area of
the City need rehabilitation by lining with cured-in-place-pipe (CIPP). There is approximately 3,500 feet
of 8-inch diameter and 4,000 feet of 12-inch diameter gravity sewer main that has been identified for
lining. Additionally, approximately 10 manholes that have sustained corrosion are to be lined with
cementitious coatings. Improvements made as part of this project are focused primarily on the structural
rehabilitation of the pipe and manholes and secondarily on inflow and infiltration control. The City has
received a Public Works Trust Fund loan for this work.
The City has not had hydraulic capacity problems with the sewer in this area. The area is fully developed
at the present time. In HDR's 2005 Comprehensive Sanitary Sewer Plan Conveyance System Analysis,
computer hydraulic modeling found all the pipes were at less than 60-percent capacity. If the pipes were
relined, there could be a small reduction in capacity of the pipes, but the coefficient of friction will be
reduced, due to the smooth inside surface of the new pipe offsetting the reduced inside diameter. CIPP
was chosen as the preferred rehabilitation method because it costs less than open-cut replacement or
pipe bursting while still maintaining the needed conveyance capacity.
Another component of work to be included in the project is the installation of a new manhole in the
existing sewer in the 300 block of Andover Park East. Currently the distance between manholes in this
block is 600 feet, which is 200 feet longer than the maximum spacing recommended by the Washington
State Department of Ecology's Guidelines for Sewerage Works Design. The City has attempted to
install a manhole in this area once already, but prolific groundwater and running sands threatened the
stability of the excavation. The City abandoned the attempt and will now approach the project with a
geologic exploration and development of a dewatering and shoring plan prior to construction. Included
in this scope is the hydrogeologic analysis followed by preparation of design and bidding documents for
the new manhole installation.
This Scope of Work describes engineering services for the City of Tukwila's 2013 Central Business
District (CBD) Sewer Rehabilitation project.
08/30/12 \ TIJKAS40 \ 2012 Rthnbilitaion of Sammy Sewer in the Area orrukwila's Central Business District Proposal \ Contract \ PSA_SOW_TUK_2(113 CBI) Sewer Rehabilitation.doc
11
City of Tukwila
2013 Central Business District Sewer Rehabilitation
ORIGINAL 1 PAGE NO 1 01=14- PAGES
Exhibit A
Scope of Work
The work will be performed under the following Tasks:
1. Project Management
2. Base Map Preparation
3. Geologic Exploration and Dewatering Analysis for Manhole Installation
4. Final Plans, Specifications, and Bid Documents
5. Services During Bidding
At the conclusion of the bidding phase, RH2 Engineering, Inc., (RH2) will provide a Scope of Work for
Services During Construction providing the level of assistance desired by the City.
Task 1 — Project Management, Public Outreach and Meetings
Objective: Coordinate with City staff and subconsultants; monitor scope, budget, and schedule; review
and issue invoices; and maintain project files and records.
Approach:
1.1 Coordinate with City staff and City on schedule, progress, and design issues.
1.2 Procure subconsultants for land surveying and geotechnical exploration, and manage schedule,
payment, and subconsultants' scopes of work.
1.3 Prepare invoices. Review for consistency and monitor budget spent. Provide monthly status
updates.
1.4 Maintain project records and project files.
1.5 Conduct one (1) project initiation meeting and three (3) design review meetings (project
manager and project engineer) with City's engineering and operations staff prior to the bid
advertisement to present progress, receive comments, and resolve design issues.
RH2 Deliverables:
• Monthly invoices and progress reports that outline m written and graphical form the status of
various tasks and that compare actual progress with the original project schedule.
• Updated monthly project schedule.
• Weekly status phone calls.
• Attendance at four (4) meetings.
Participation or Information Needed from City:
• Attendance at review meetings by members of City's engineering and operations staff.
• Red-line comments on draft plan sets. Comments can be delivered to RH2 electronically via
email or FTP site using marked-up PDF files (preferred). Alternatively, red-lined hard copies
can also be used.
2
OR/30/ I 2 ,J: \ Data \TIJK \ 54(1 \ 2012 Rehabilimon of Sanitary Sewer in the Arn of Tuir‘vike; Central BusIness District Proposal\Con tract\PSA_SOW_TUK_2013 CRD Sewer Rehabilitation.cloc
12
City of Tukwila
2013 Central Business District Sewer Rehabilitation
ORIGINAL PAGE NO ')? OF 1 4-PAGES
Exhibit A
Scope of Work
Task 2 — Survey and Base Map Preparation
Objective: Prepare base map to be used for design of CIPP lining, manhole installation on Andover
East, and manhole lining.
Approach:
2.1 Procure data from the City's Geographic Information System (GIS) to be used as basis for
CIPP and manhole rehabilitation. Format drawings for use as construction plans.
2.2 Prepare base map with topography, existing utilities, and right-of-way information for new
manhole installation in 300 block of Andover Park East. RI-12 will procure a land-surveying
subconsultant to perform topographic surveying in the area where the new manhole will be
located. RH2's subconsultant will prepare one temporary easement for the operation of
temporary dewatering equipment for up to a 2-week period on the easement grantor's property.
It is assumed that the City will Jpecij the location of the proposed manhole and negotiate the easement.
2.3 Prepare and present two (2) 50-percent complete review sets, including the preliminary cost
estimate and for City review.
RH2 Deliverables:
• Base maps and preliminary design. This will be provided electronically via email (using PDF
files) and by hard copy with two (2) full-size sets.
• Preliminary cost estimate based on 50-percent design.
Participation or Information Needed from City:
• Identification of existing gravity sewer pipelines needing CIPP lining.
• Identification of existing manholes requiring cementitious lining.
• GIS files of project area showing aerial imagery, existing pipelines, their diameters, manhole
rim and invert elevations, and pipe material. The clarity of the aerial imagery must be sufficient
to allow bidders to plan areas for traffic and wastewater diversions during lining operations.
• Available record sewer drawings for the lines to receive CIPP, for manhole lining, and for the
line in which the new manhole will be installed.
• Building Side Sewer Permit Worksheets (sidesewer cards) for each service that is served by a
main receiving rehabilitation.
• Video inspection records (both video and hardcopy summaries) of all pipelines to receive
CIPP lining.
Task 3 — Geologic Exploration and Dewatering Analysis for Manhole Installation
Objective: Summarize available soil, geologic, and groundwater information in the vicinity of the
project site. Direct field investigation and prepare engineering geologic report to support the design and
construction of the new manhole in the 300 block of Andover Park East.
08/30/12 JADarn \ TUKAS.10 \ 2012 Rehab Mution of Sonitary Sewer m the Area of Tukwila's Central Business District Propo3a1 \ Con mict \ l'S.A_S()W_TLN_2013 CBD Sewer Relmbilittmon.cloc
13
City of Tukwila
2013 Central Business District Sewer Rehabilitation
ORIGINAL PAGE NO ti OF 1 4PAGES
Exhibit A
Scope of Work
Approach:
3.1 Geotechnical Investigation Coordination — Coordinate geotechnical investigation with staff and
drilling subcontractor. RH2 will subcontract with a drilling subcontractor to provide a boring,
perform construction of a traffic-rated monitoring well, perform pump testing to characterize
dewatering to create pump-testing water disposal system, and to provide traffic control.
3.2 Background Information Review — Obtain and review available public soil, geologic, and
groundwater information. Inspect site for drilling access and restrictions from utilities.
3.3 Oversee Soil Boring and Monitoring Well Construction — Coordinate drilling subcontractor and
underground utility locating subcontractor. Direct drilling subcontractor to drill one (1) boring
to a depth of 35 feet. Observe soil, geologic, and groundwater conditions during drilling. It is
assumed that the geologic field work will be done at night between the hours of 8:00pm and 6:OOam. Direct
drilling subcontractor to install one (1) monitoring well. Perform pump testing of well to assist in
estimating approximate dewatering flow rates. Document the progress and quality of
construction, and, based on observation of construction, confirm that the project is being
completed in general conformance with the design. RH2 will be onsite full-time during the
drilling and pump testing to record flow rates and water levels and to observe construction. It is
assumed the contractor will obtain all necessary discharge permits for aquifer testing water.
3.4 Engineering Geologic Evaluation and Reporting — Submit three (3) lithologic samples from the
boreholes for grain-size analysis by a geotechnical laboratory retained by RH2. Prepare a
summary of findings of the engineering geologic investigation. The report will identify soil-
bearing capacity, grain size analysis, seasonal moisture content, strength and conwressibility,
presence and depth of groundwater, estimated groundwater discharge rates, and Uniform
Building Code seismic coefficient. Develop design criteria, including potential dewatering and
shoring requirements, estimated over-excavation depths, foundation elevations, backfill and
compaction requirements, and recommendations for subgrade preparation and backfill. Present
the results of this task in the design criteria outline report.
RH2 Deliverables:
• Procurement of drilling subcontractor for subsurface exploration and testing to determine
dewatering reqiUrements.
• Draft and final engineering geologic report.
Participation or Information Needed from Client:
• Available geologic and groundwater information from nearby projects.
• Review and approval of submittal from drilling contractor to discharge pump testing water
into either the sanitary sewer, storm drain, or both.
• Marking of area where drilling is to be performed for utility locates.
4
08/30/12 J:\Data. \ TUF: \ S40 \ 2012 Rehabilitation of Sanitary Sewer in the Area of Tukwila's Central Business District Proposal \ Contract \ PSA_SONK_TUK_2013 CBD Sewer Rehabilitation.doc
14
City of Tukwila
2013 Central Business District Sewer Rehabilitation
ORIGINAL ORI13INAL.PAGE NO 10 OF t 4 PAGES
Exhibit A
Scope of Work
Task 4— Final Plans and Specifications
Objective: Develop final plan sheets, technical specifications, bid documents, and cost estimate for the
sewer main replacement. Documents will be used for bidding and constructing the project.
Approach:
4.1 Prepare final plan sheets for the lining of approximately 7,500 feet (plus or minus 300 feet) of
existing 8- to 12-inch diameter gravity sewer at 1-inch equals 20 feet plan scale. Plans will note
pipe runs to be lined and will use GIS files provided by the City as the base map. It is assumed that
the CIPP contractor will submit traffic control and wastewater bypass plans for approval during the construction
phase. RI-12 will specify flowrates to be bypassed based on information received from the City.
4.2 Compile King County and City of Tukwila temporary erosion and sedimentation control details
for temporary erosion and sedimentation control plan for manhole installation near the 300
block of Andover Park East.
4.3 Prepare cementitious manhole lining plan along with miscellaneous detail sheets showing
rehabilitation for manhole ladders, rims/covers, pipe penetration restoration, and pavement
restoration.
4.4 Prepare cover sheet and one (1) detail sheet to support construction of the sewer main
improvements. Design will include utility connection details and other unique or unusual details
not contained in existing standards. City standard details will be included as an appendix in the
project manual.
4.5 Assemble two (2) sets of technical specifications and construction contract documents for: a) the
CIPP work, and b) the installation of the new manhole in the 300 block of Andover Park East
and the cementitious lining of existing manholes. At this point, it is assumed that two separate
construction contracts will be let by the Go to accomplish this project. Technical specifications are to be
based on the Washington State Department of Transportation/American Public Works
Association (WSDOT/APWA) fotniat and may be included in notes on the plans rather than
assembled in a separate document.
4.6 Estimate the quantity of required bid items necessary to construct the project and write payment
descriptions for each item.
4.7 Prepare final engineer's estimate of probable construction costs for the proposed improvements
based on historical costs of similar projects in the vicinity where possible.
4.8 Perform internal quality control on the plans and technical specifications and integrate edits.
4.9 For CIPP work, prepare and present 95-percent review sets of plans, technical specifications, bid
documents, and construction cost estimate for City review.
4.10 For manhole insertion work on Andover Park East and manhole lining work, prepare and
present 95-percent review sets of plans, technical specifications, bid documents, and
construction cost estimate for City review.
4.11 Finalize plans, bid documents and specifications based on City review comments.
5
08/30/12 Data \ TUK \ S40 \ 2012 Rehabilitation or &intim), Sewer in the Area a TukwIla's Central Busiriess District Proposal \ Contract \ PSA_SOW_TU K.„2013 CBD Sewer Rehabilitanon.doc
15
City of Tukwila
2013 Central Business District Sewer Rehabilitation
ORIGINAL t PAGE NO 1 l OF I 4-PAGES
Exhibit A
Scope of Work
RH2 Deliverables:
• Two (2) sets of full-size and two (2) sets of half-size 95 percent plans for final review (for each
project).
• One (1) copy of each set of bidding documents, specifications and a construction cost estimate
for City review (for each project), and one (1) CD with plans in DWF and PDF format and
specifications m word document (for each project.)
• Engineer's construction cost estimate for each project.
Participation or Information Needed from Client:
• Review of plans and specifications.
• Results of hydraulic modeling in the project area indicating approximate peak-hour wastewater
flow rates in the pipelines to receive CIPP lining.
• Pump station flow rate records or in-stream flow monitoring data to help corroborate
modeled flow rates.
• Examples of preferred construction contract formats.
• Overview map of sewer system showing the extents of the collection basins upstream of the
pipelines receiving CIPP.
Task 5 — Services During Bidding for Two Separate Projects
Objective: Advertise projects, obtain bids from qualified contractors and recommend bidder for the
purpose of constructing the proposed sewer main improvements. The tasks below will be performed for
two distinct projects: a) CIPP lining, and b) manhole insertion on Andover Park East together with
manhole lining.
Approach:
5.1 Prepare an advertisement for to the Seattle Daily Journal of Commerce and Seattle Times for
publication. Prepare five (5) hardcopy bid sets for distribution, reference for City and RH2 staff,
and to be used as executable contracts once the contract has been awarded by the City. It is
assumed the City will be responsible for distributing the bid sets and maintaining the planholder's list.
5.2 Provide clarification and interpretation via telephone to the City as needed during the
advertisement period.
RH2 Deliverables:
• Advertisement for bid (for each project).
• Two (2) sets of full-size plans and one (1) set of half-size plans (for each project).
• Up to three (3) bound sets of bid documents (bidding foini and specifications), and plans and
bid documents in DWF and PDF format placed on FTP site to enable electronic plan sites to
download. This will be performed for each project.
6
08/30/12 JAData \ TUK \ 540 \ 2012 Rehubilitanon of Sanitary Sewer in the Area of Tukwila's Central Business District Proposal \ Contract \ PSA_SOW_TUK_2013 CBE) Sewer Rehabtn.doc
16
City of Tukwila
2013 Central Business District Sewer Rehabilitation
ORIGINAL PAGE NO 17- OF 1 4—PAGES
Exhibit A
Scope of Work
Participation or Information Needed from Client:
• Distribution of hardcopy bidding documents during the bidding phase and maintenance of
plan-holders list.
• Distribution of one (1) addendum during bidding phase.
• Acquisition of City of Tukwila Right-of-Way Permit for CIPP lining work, manhole
installation and manhole restoration work.
• Review of plans and specifications.
• Payment of advertisement fees to Daily Journal of Commerce and Builders Exchange of
Washington.
7
08/30/12 JADat. \ TLIK \ 540 \ 2012 Rehabilitanon of-Sanitary Sewer in the Area of Tukwila's Central Business District Props:11 \ Contract \ PSA_SC)W_TUK_2013 CBD Sewer Rehabilitatiun.doc
17
EXHIBIT B - Revision No. 3
City of Tukwila
2013 Central Business District Sewer Rehabilitation
Estimate of Time and Expense
Task 1 PROJECT MANAGEMENT, PUBLIC OUTREACH, AND MEETINGS
Description
Classification
Total
Hours
Total Labor
Subconsultant
Total
Expense
Total Cost
Task 1 PROJECT MANAGEMENT, PUBLIC OUTREACH, AND MEETINGS
SURVEY AND BASE MAP PREPARATION
1.1 Coordinate with City Staff
5
$ 868
$ -
22
$ 890
1.2 Procure and Manage Subconsultants
7
$ 1,316
$
36
$ 1,352
1.3 Prepare Invoices and Monitor Budget
8
$ 1,288
$ -
$ 33
$ 1,321
1.4 Maintain Project Records and Files
7
$ 1,073
$ -
$ 110
$ 1,183
1.5 Conduct(1) Project Initiation Meeting and ( ) Design Review eetings
20
$ 3,416
$ -
$ 293
$ 3,709
Subtotal
47
$ 7,961
$ -
$ 493
$ 8,454
Task 2
SURVEY AND BASE MAP PREPARATION
3.1 Coordinate Geotechnical Investigation
8
1,176
2.1
Procure Data from the City's GIS for CIPP & Manhole Rehabilitation & Prepare Base Map
$ 12,132
19
$ 2,828
$
-
$ 711
$ 3,539
2.2
Prepare Base Map with Topography, Utilities & Right-of-Way Information at 300 Andover Park East
$ 2,432
9
$ 1,316
$
4,500
$ 198
$ 6,014
2.3
Prepare 50% Review Sets, Including Cost Estimate
$ 3,431
47
$ 6,747
$
-
$ 1,278
$ 8,025
Subtotal
75
.$ 10,891
$
4,500
$ 2,187
$ 17,578
Task 3 GEOLOGIC EXPLORATION & DEWATERING ANALYSIS FOR MANHOLE INSTALLATION
3.1 Coordinate Geotechnical Investigation
8
1,176
$ 10,925,
$ 31
$ 12,132
3.2 Review Background Information
2
$ 392
$ -
$ 12
$ 404
3.3 Oversee Soil Boring and Monitoring Well Construction
14
$ 2,432
$ -
95
$ 2,527
3.4 Prepare Engineering Geologic Evaluation and Reporting
19
$ 3,347,
$
84
$ 3,431
Subtotal
41
.$ 7,347
$ 10,925
$ 221
$ 18,493
Task 4 FINAL PLANS AND SPECIFICATIONS
4.1 Prepare Final Plan Sheets
4.2 Prepare Temporary Erosion and Sedimentation Control Plan
4.3 Prepare Cementitious Manhole Lining Plan
4.4 Prepare Cover Sheet & (1) Detail Sheet
4.5 Assemble (2) Sets of Technical Specifications and Bid Documents
4.6 Estimate the Quantity of Required Bid Items and Prepare Pay Descriptions
4.7 Prepare Final Engineer's Estimate of Probable Construction Costs
4.8 Perform Internal Quality Control of Plans and Technical Specifications
4.9 Prepare 95% Plans, Technical Specifications, Bid Documents & Cost Estimate for CIPP Work
4.10 Prepare 95% Plans, Technical Specifications, Bid Documents & Cost Estimate for Manhole Insertion
4.11 Finalize Plans, Bid Documents, and Specifications
33
7
18
17
13
12
7
19
11
11
30
$ 4,788 $
1,036 $
$ 2,632 $
2,660 $
1,837 $
1,792 $
1,092 $
3,101 $
$ 1,501 $
1,501 $
4,290 $
900 $, 5,688
136 $ 1,172
368 $ 3,000
287 $ 2,947
192 $ 2,029
- $ 237 $ 2,029
- $ 137 $ 1,229
- $ 593 $ 3,694
- $ 148, $ 1,649
- $ 148 $ 1,649
545 $ 4,835
Subtota
178
26,230 $
3,689
29,919
Task 5 SERVICES DURING BIDDING FOR TWO SEPARATE PROJECTS
5.1 Prepare Bid Advertisement and Prepare (5) Hardcopy Bid Sets
8
$ 1,100
$ -
$ 910
$ 2,010
5.2 Provide Clarification and Interpretation to the City As Needed
19
$ 3,276
$ -
$ 247
_ 3,523
$
Subtotal
27
$ 4,376
$ -
$ 1,156
$ 5,532
Subtotal 2013 Central Business District Sewer Rehabilitation Tasks
368 $ 56,805 $ 15,425 $ 7,747
$ 79,977
J:\DaIa\TUKS40\2012 Rehabilitation of Sanitary Sewer in the Area of Tukwila's Central Business District ProposahContract\PSA_FEE_TUK_2013 CBD Sewer Rehabilitallon.xlsx
3/8/2013 8:43 AM
ORIC NAL PAG_ NO 4, -OF 14- FV.:3ES
EXHIBIT C
RH2 Engineering, Inc.
SCHEDULE OF RATES AND CHARGES
2013 HOURLY RATES
CLASSIFICATION RATE CLASSIFICATION RATE
Professional IX $204.00 Technician IV $130.00
Professional VIII $204.00 Technician DI $122.00
Professional VII $196.00 Technician II $90.00
Technician I $85.00
Professional VI $181.00
Professional V $172.00 Administrative $121.00
Professional IV $162.00 Administrative $100.00
Administrative ffl $86.00
Professional HI $152.00 Administrative 11 $70.00
Professional Il $140.00 Administrative I $58.00
Professional 1 $128.00
IN-HOUSE SERVICES
In-house copies (each)
In-house copies (each)
In-house copies (each)
In-house copies (color) (each)
In-house copies (color) (each)
In-house copies (color) (each)
8.5" X 11"
8.5" X 14"
11" X 17"
8.5" X 11•
8.5" X 14"
11 X 17"
$0.09
$0.14
$0.20
$0.90
$1.20
$2.00
CAD Plots
CAD Plots
CAD Plots
CAD System
GIS System
Technology Charge
Mileage
Full Size
Half Size
Per Hour
Per Hour
$25.00
$10.00
$2.50
$27.50
$27.50
2.5% ofDirect Labor
Cuirent IRS Rate
OUTSIDE SERVICES
Outside direct costs for permit fees, reports, maps, data, reprographics, couriers, postage, and non-mileage related travel expenses that are necessary
for the execution of the project and are not specifically identified elsewhere in the contract will be invoiced at cost.
All Subc,onsultant services are billed at cost plus 15%.
CHANGES IN RATES
Rates listed here are adjusted annually. The current schedule of rates and charges is used for billing purposes. Payment for work
accomplished shall be based on the hourly rates and expenses in effect at the time of billing as stated in this Exhibit.
2/150D131118
PaseVIVILIS4020121ictab of SensasySeva lathe Area altdcwilis CHOP canctVIA FEE ME 2/313 en) Sens Rehgbiossmaka
19