Loading...
HomeMy WebLinkAboutUtilities 2013-05-20 COMPLETE AGENDA PACKETCity of Tukwila Utilities Committee • Joe Duffie, Chair • Allan Ekberg • Verna Seal AGENDA Distribution: J. Duffie A. Ekberg V. Seal K. Hougardy Mayor Haggerton D. Cline K. Matej B. Giberson F. Iriarte R. Tischmak G. Labanara S. Kerslake Clerk File Copy 2 Extra A. Le (e -mail pkt. pdf) e -mail cover to: C. O'Flaherty, D. Alm berg, B. Saxton, S. Norris, M. Hart, D. Robertson MONDAY, MAY 20, 2013 5:00 PM in Conference Room #1 (6300 Bldg.) Next Scheduled Meeting: Monday, June 3, 2013 46. The City of Tukwila strives to accommodate individuals with disabilities Please contact the Public Works Department at 206 - 433 -0179 for assistance. Item Recommended Action Page 1. PRESENTATION(S) 2. BUSINESS AGENDA a) EMWS Emergency Storm Pipe Repair 11 -19 -12 a) Information Only Pg. 1 Status Update b) 2013 Annual Small Drainage Program b) Forward to 6/3/13 Regular Pg. 5 Consultant Selection and Agreement Consent Agenda 3. ANNOUNCEMENTS 4. MISCELLANEOUS Future Agendas: - Adoption of SWCP Next Scheduled Meeting: Monday, June 3, 2013 46. The City of Tukwila strives to accommodate individuals with disabilities Please contact the Public Works Department at 206 - 433 -0179 for assistance. p City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Utilities Committee FROM: Bob Giberson, Public Works Director 4°'� BY: Ryan Larson, Senior Engineer DATE: May 17, 2013 SUBJECT: EMWS Emergency Storm Pipe Repair 11 -19 -12 Project No. 91241206, Contract No. 13 -036 Status Update ISSUE Status update of the East Marginal Way South (EMWS) Emergency Storm Repair 11 -19 -12 Project, BACKGROUND On November 19, 2012, a large sinkhole was created by a break in a 30 -inch storm water line on EMWS just south of S 124th St. The pipe conveys surface water from the east fork of Riverton Creek, as well as local drainage in the area near Group Health. The storm pipe is corrugated metal (CMP) and is approximately 10' deep. ANALYSIS A contract with KPG was issued in April to design a permanent replacement for this failing pipe as soon as practical. The design contract included potholing to determine the exact location of existing utilities and a geotechnical investigation to determine soil conditions. These investigations have revealed additional issues that must be dealt with during design and construction. The issues include contaminated soils consisting of kiln dust, creosote, and petroleum hydrocarbons, a high ground water table that will require the installation of dewatering wells during construction, and a 12" water main that will require relocation by Water District 125. KPG is looking at potential options to reroute the pipe to avoid or minimize the impacts of these issues, but other costs such as traffic impacts and required utility relocations could make an alternate pipe alignment unfeasible. Staff had previously recommended that a portion of the EMWS repair occur this year to reduce the possibility of another pipe failure and potential flooding. With the issues listed above, failure to adequately address subsurface issues during the design process could lead to significant cost over runs during construction and possible permit violations. It is now recommended that construction of the EMWS repair be postponed until 2014 allowing sufficient time to properly design the improvements, relocate impacted utilities, and ensure construction occurs in the allowed fish window. City maintenance crews will continue to monitor the pipe for potential failures until permanent repairs can be made. RECOMMENDATION Information only. Attachments: Consultant construction delay recommendation W:'tPW EngWROJECTS'A- DR Projects \EMWS Emergency Storm Pipe Repair 11 -19.12 f91241206;1Design\Info Memo Status Update doc 1 KPG An Interdisciplinary Design Firm Memorandum To: Ryan Larson, P.E. From: Nelson Davis, P.E. Date: May 15, 2013 Re: EastMaigginal Way Emcgency Stonnwater Pipe Repair - Status and Recommendation We have been coordinating with Washington Department and Fish and Wildlife (WDFW) and completed preliminary geotechnical investigations, utility locates, and utility potholes in support of the final design for storm drain replacement along East Marginal Way per our contract no. 13- 036(a) dated May 2, 2013. Based on our initial findings, we are recommending that this project be deferred to 2014 construction due to the following conditions: • Permits — The stormwater pipe is considered a pipe reach of Southgate Creek; and as such, is subject to Hydraulic Project Approval (HPA) requirements. WDFW has indicated that they would not allow an extension of the fish window, so all work will need to be complete by September 30 to remain in compliance. • Groundwater — Geotechnical borings suggest that the groundwater table will need to be lowered by between 4 and 8 feet to allow pipe replacement. This will be by a well point system along East Marginal Way and will require storage and testing prior to determine if contaminants are present prior to discharge into the downstream system, the sanitary sewer, or truck haul for disposal depending on test results and concentrations of contaminates. We have installed monitoring wells for sampling of groundwater and monitoring of levels for contractor information. It would be preferable if sufficient data were available to provide bidders rather than rush out to bid and leave the City open to changed conditions claims during construction. • Contaminated soils — Cement Kiln dust, Styrofoam pellets, and strong heavy fuel /creosote odors were observed during geotechnical borings. We are still awaiting lab results, but there will need to be some follow up work depending on the specific types and concentrations found. There are two general options for addressing the contamination, both of which will take some time to accurately be incorporated into the project specifications and implemented throughout the construction process. o Option 1 - Pre - Construction Characterization: This option involves drilling several direct -push explorations within the proposed utility trench to characterize the soil, groundwater, and determine the extent of contamination. The benefits of this option are: • You can permit the soil for disposal prior to construction which allows for direct loading and transport to the landfill • You can get more accurate estimates on how much contamination is present within the work area, and what the approximate added cost to the project will be 753 9th Avenue North Seattle. W, 98109 P: 206.286.1.640 F: 206.286.1639 2 KPG An Interdisciplinary Design Firm • Evaluate the potential exposure risks to excavation workers • Using the groundwater data you can evaluate what type of water treatment prior to discharge may be necessary if dewatering occurs. o Option 2 — Manage During Construction: With this option, contaminated soil will be managed as it is encountered. All soil suspected to be contaminated will need to be stockpiled adjacent to the work area and characterized to evaluate disposal options. Groundwater will need to be contained and tested to evaluate disposal options. Disposal permitting cannot occur until chemical analytical results are obtained. • Poor soils — There are large peat deposits, loose fill, and general muck observed in the geotechnical borings that may require special shoring or foundation support. • Utilities — There are a number of franchise utilities that will need to be relocated in order to accommodate the pipe replacement. While this work may be required by your franchise agreement, there will need to be further coordination in order to design and construct the relocations and ensure they are properly place to allow for the stormwater pipe repair. Given all of the above factors, there are a lot of complex activities that need to align in order to meet the 2013 construction permit window. A delay or problem in any area could stall the entire project and open the City up to risks of changed conditions, delays, or permit non- compliance. For this reason we are recommending 2014 construction and proceeding with design, permitting, and utility coordination in 2013 as follows: • Obtain necessary permit approvals (SEPA, HPA). We will incorporate spot repairs into the HPA in order to streamline the repair process in the event that localized problems are encountered during the wet season of 2013 /early 2014. • Complete analytical testing of soils and groundwater and final design to incorporate necessary language regarding poor soils, contaminated soils, and groundwater. Depending on the nature and concentrations of contamination shown in lab results, we may recommend further analysis for pre- construction characterization as described in option 1 above. • Develop construction cost estimates that incorporate all of the soil and groundwater issues in order to develop an accurate budget and /or phasing approach to budget over more than one year. • Coordinate with franchise utilities to relocate their facilities out of the way of the stormwater pipe prior to City construction in 2014. We have attached a map graphic that summarizes the geotechnical soil, contamination, and groundwater levels along the propose pipe alignment. Please don't hesitate to contact me if you have any questions, concerns, or would like to meet to discuss this information. 753 9'l' Avenue North Seattle, ANA 98109 P: 206.286.1640 F: 206.286.1639 3 POTENTIAL CONTAMINATED SOIL, CREOSOTE or CEMENT KILN DUST 4' Cement KIM Dust or Sias e to V. Dense, silty SAND with gravel; moist roundwater at depth of 8/ feet on 4/30/2013 Groundwater at about 8.5 feet on 4/30/2013 DESIGNY ((PC 1601 SITE PLAN MARCH 2013 EAST MARGINAL WAY TUKWILA, WA FIGURE 1 4 vaM City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Utilities Committee FROM: Bob Giberson, Public Works Director BY: Ryan Larson, Senior Engineer DATE: May 17, 2013 SUBJECT: 2013 Annual Small Drainage Program Project No. 91241201 Consultant Selection and Agreement ISSUE Approve KPG, Inc. to design the 2013 Annual Small Drainage Program. BACKGROUND The 2013 Annual Small Drainage Program was to be cancelled due to the emergency pipe repairs needed along East Marginal Way S (EMWS). Upon further analysis, the EMWS Emergency Storm Pipe Repair 11 -19 -12 will not be able to be constructed this year. The EMWS project will be delayed due to contaminated soils, utility conflicts which require additional design and construction which will need to be timed with a fish window requiring work on the pipe be completed by the end of September. The Small Drainage Project list contains several projects that should be constructed as soon as practical to take care of minor roadway flooding and repair damaged storm pipe sections. DISCUSSION The 2013 Annual Small Drainage Program budget is $645,000. In April, $80,000 in design funds was allocated for the EMWS project with the understanding that the construction funding would also be shifted. Since the EMWS project needs to be delayed one year, a total of $565,000 is available for design and construction of small drainage projects in 2013, Public Works staff reviewed the list of known system deficiencies and from that compiled a list of four projects for design in 2013. Each project was selected because they can be designed and constructed quickly and will not require outside agency permitting. The four projects selected are: 1. S 164th St east of 51st Ave S 3. 33rd Ave S between S 140th St and 34th PI S 2. 14148 3491P1 S 4. 14229 34"iri Ave S The current MSRC Consultant Roster was reviewed and three firms were short- listed to design the selected four projects. The firms were: KPG, Inc., PACE Engineers, and CH2M Hill. The Summary of Qualifications was evaluated for each firm and KPG was selected as the firm that best met the requirements. KPG has designed the Annual Small Drainage Program since 1991 and Public Works staff continues to be very satisfied with their work, KPG is knowledgeable of City requirements, remains flexible to design changes, and continues to complete designs within the contracted amount, It is recommended that KPG, Inc. design the 2013 Annual Small Drainage Program fora fee of $43,372.81.. RECOMMENDATION Council is being asked to approve the consultant agreement with KPG, Inc, in the amount of $43,372,81 for design of the 2013 Annual Small Drainage Program and consider this item on the Consent Agenda at the June 3, 2013 Regular Meeting, Attachments: Qualification Review Location Map Consultant Agreement W!\PW Eng,,PROJECTSW- DR Projects \2013 SDP\INFO MEMO 2013 PE KPG dccx 5 Relevant Project Experience Experience with HPA/Creek Work Small Scale Projects Ability to keep project on schedule and within Budget Project Team Availability of Key Team Members Knowledge of City , Plan Process, Drainage System 2013 Annual Neighborhood Drainage Program / 19 11W Si 5 t4gF Slh ei I6t h 5t y2`� Site 3 Site 2 Site 4 If i22htl St OtM1 St zae 5,66tnst 36,a;=r Site 1 .S21717tM1 St Date: May 15, 2013 By: R. Linsao W \PW Eng \GIS \Projects \Ryan \CIP Storm Drainage \2013 drainage program.mxd s S Not to Scale 7 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: CONSULTANT AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City ", and KPG, Inc., hereinafter referred to as "the Consultant ", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Proiect Designation. The Consultant is retained by the City to perform engineering services in connection with the project titled `2013 Small Drainage Program'. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. 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, 2013, 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, 2013 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 $43,372.81 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. 8 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. 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 9 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. 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 10 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, 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 11 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: KPG 753 9th Avenue North Seattle, WA 98109 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 CITY OF TUKWILA Mayor, Jim Haggerton Attest/Authenticated: City Clerk, Christy O'Flaherty CA revised : 1 -2013 day of 2013. CONSULTANT By: Printed Name:Nelson Davis, KPG Title: Principal Approved as to Form: Office of the City Attorney Page 5 12 EXHIBIT A City of Tukwila 2013 Small Drainage Program Scope of Work May 15, 2013 PROJECT DESCRIPTION The Consultant shall prepare final Plans, Specifications and Estimates for the 2013 Small Drainage Program. The project will include the following sites: Site 1: S 164th Street, Dead end east of 51St Avenue S Replace and/or slipline 12 -inch pipe through easement on private parcel. Install new catch basins and restore connections to yard drains. Site 2: 14148 34th Place South Replace brick manholes and damaged storm drain. Pipe will be re- routed down driveway in -lieu of current routing beneath shed and large tree. Prepare revised easement for new pipe location. Slipline downstream pipe segment if possible. Site 3: 14028 33rd Avenue S Drainage in roadway depression overflows into private property. Install thickened edge, catch basins, and approximately 500 feet of 12 -inch storm drain to connect to existing roadway drainage system to south. Site 4: 14229 34th Avenue S The parking lot floods due to plugged pipe on adjacent property that formerly connected to roadway drainage system. Install 2 catch basins and approximately 100' of storm drain to provide connection to roadway drainage system. The Consultant shall provide necessary surveying, project design, quantity and cost estimates, and utility coordination required to complete final bid documents. It is anticipated that sites will be bid as a single bid package for the 2013 Small Drainage Program as budget or other considerations allow. The Consultant shall provide surveyed base maps with horizontal utility locations, or base maps created from field measurements, ortho - photography, and GIS data as necessary for each site. If necessary, surveyed base maps will include right -of -way line work. Project horizontal and vertical datum will be assumed on all sites. The Consultant shall provide assistance to the City with preparation of a SEPA checklist. No additional permits are anticipated. City of Tukwila 2013 Small Drainage Program Page 1 of 4 KPG, Inc. May 15, 2013 13 For the 2013 Small Drainage Program, the Consultant shall submit a 50% Review Submittal (plans and estimate only), and a 90% Review Submittal that includes plan, specifications and estimate to the City for review prior to bidding. It is the Consultants understanding that none of the 2013 Small Drainage Program sites require biological assessments, additional permits beyond those listed, wetland delineations, geotechnical review, detention facilities, or water quality treatment facilities. The budget assumes a straightforward approval process with no special studies or extensive coordination. SCOPE OF WORK TASK 1— 2013 Small Drainage Program Design 1.1 MANAGEMENT /COORDINATION /ADMINISTRATION • The Consultant shall provide continuous project management and administration for the duration of the Project. (Estimate 3 months). • Hold project coordination meetings with the City to update progress and review submittals. Assume (3) meetings. • The Consultant shall provide monthly status reports and billings. • The Consultant shall provide independent QA/QC reviews by senior in -house staff of all deliverables prior to submittal to the City. 1.2 TOPOGRAPHIC SURVEY /UTILITY LOCATES • The Consultant shall prepare base maps for each 2013 Small Drainage Program sites. Topographic survey will be performed for all sites including horizontal utility locations within the right of way. • Obtain title reports and prepare legal descriptions for up to 3 parcel easements. 1.3 PREPARE PLANS • The Consultant shall prepare final Plans for the proposed improvements including the following: o Plans shall be prepared with such provisions in such detail as to permit field layout and construction within a degree of accuracy acceptable to the City and per industry standards. o It is assumed there will be six (6) plan sheets at 1 " =20' scale full size (22" X 34 "), 1 " =40' at reduced scale (11" X 17 "). o Details will be prepared for items not available as standard details from the City, State, or WSDOT standard drawings. o The plans shall illustrate complete details of construction of the proposed improvements including limits of construction and removals, proposed invert elevations, rim elevations and required construction materials. City of Tukwila KPG, Inc. 2013 Small Drainage Program Page 2 of 4 May 15, 2013 14 o Drainage designs will be determined through consultation with City staff and from previous experience rather than detailed basin modeling. 1.4 2013 SMALL DRAINAGE PROGRAM FINAL DESIGN • The Consultant shall conduct QA/QC and constructability reviews in the field for each site and consult with City staff during the field reviews. • The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction Cost for each review submittal and the Bid Documents. • The Consultant shall prepare the Contract Specification per 2012 WSDOT Standard Specifications for the 90% Review Submittal and the Bid Documents • The Consultant shall distribute 50% and 90% review submittals to franchise utility owners to identify potential conflicts within the Project limits. • The Consultant shall assist the City with Project Advertisement and Award. • Assumptions o No federal funding is anticipated for the Project engineering or construction. o No utility upgrades are anticipated in the project design. o Drainage & Water Quality Reports will not be required. o Geotechnical Engineering services will not be required. o Environmental Documentation will not be required. o Potholing of existing underground utilities will not be required. o Easements will be delivered to the property owners for signature; however, extensive negotiations are not anticipated. • Deliverables o 50% review submittal with Plans and Estimate o 90% review submittal with Plans, Specifications, and Estimate. o Bid Documents and Engineer's Estimate o 6 sets of Plans (11" X 17 ") and specifications provided for each review submittal. o 10 sets of Plans (11" X 17 ") and specifications for the Bid Documents. o Coordinate upload of Plans and Specifications to Builders Exchange. TASK 2 — 2013 Small Drainage Program Permitting 2.1 The Consultant shall prepare a SEPA checklist for submittal to the City covering all sites included in the 2013 Small Drainage Program. • Assumptions o SEPA signage, fees, and internal coordination will be by the City. o No wetland or stream delineations will be required. o No special studies (biological assessments, etc.) will be required. • Deliverables o SEPA Checklist City of Tukwila KPG, Inc. 2013 Small Drainage Program Page 3 of 4 May 15, 2013 15 Additional Services The City of Tukwila may require other services of the consultant. These services could include additional design, right of way, utility potholing, environmental documentation, construction phase services, or other work tasks not included in the scope of work. At the time these services are required, the Consultant will provide the City with a detailed scope of work and an hour and fee estimate. The Consultant will not proceed with the work until the City has authorized the work and issued a Notice to Proceed. City of Tukwila KPG, Inc. 2013 Small Drainage Program Page 4 of 4 May 15, 2013 16 HOUR AND FEE ESTIMATE Project: City of Tukwila 2013 SmaII Drainage Program Task Description EXHIBIT B I" G • Architecture • Landscape Architecture • Civil Engineering • Labor Hour Estimate Project Senior Project Design Manager Engineer Engineer Engineer $ 165.00 $ 143.58 $ 118.85 $ 100.49 CAD Const Survey Senior Office Technician Inspector Crew Admin Admin $ 83.65 $ 99.29 $ 139.01 $ 100.49 $ 58.11 Total Fee Fee Task 1 - 2013 SmaII Drainage 91) Design 1.1 Management/Coordination/Administration 1.2 To •0 ;ihiC Survey / Utility Locates / I 8 0 0 0 0 Topographic Surve Prepare le .a! descriptions and exhibits 1.3 Prepare Plans (Est 10 Sheets) S 164th Street 14148 34th PIS 14028 33rd Ave S 14229 34th Ave S e Pro 1.4 2013 Small Draina Field Reviews 1,954_40 9,350.46 3,426.84 0 0 16 O 16 O 24 8 0 8 0 2,570,85 0 0 0 2.570.85 12 0 0 0 0 5 3856.27 4 0 0 0 0 $ 1_285.42 illy coordination Quantity and Cost Estimating Prepare Specifications Finalize Bid Documents Reimbursable - Mileage Reimbursable - Re roduction Reimbursable - Title Reports (3) Reimbursable - Utility Locate Service Task 1 Total 4 0 4 0 4 0 0 12 24 8 144 32 60 16 3,230.85 926.22 2,28001 3,026.56 2,871.65 300.00 500.00 1,350,00 2.500.00 42,000.36 Task 2 - 2013 SmaII Draina .e Pro Permittin 5/15/2013 Total Estimated Fee: $ 43,372.81