HomeMy WebLinkAboutCOW 2011-02-14 Item 4E - Agreement - 2011 Small Drainage Program with KPG Inc for $74,996.04 COUNCIL AGENDA SENTOPSIS
4 vJILA W Initials ITEM No.
ri c!.:::111 Meeti Date o epared by Mayo_ review I Council review
0 1 02/14/11 1 BG 1 1 t 1
%'.1f1 2 02/22/11 I BG
190• I I I 4, E
ITEM ,INFORMATION.
CAS NUMBER: 11-016 I STAFF SPONSOR: BOB GIBERSON I ORIGINAL AGENDA DATE: FEBRUARY 14, 2011
AGENDA ITEM TITLE 2011 Annual Small Drainage Program
Design Consultant Agreement with KPG, Inc.
CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other
Mtg Date 02/14/11 Mtg Date 2/22/11 Mtg Date Mtg Date Mtg Date Mtg Date Mtg Date
SPONSOR Council Mayor Adm Svcs DCD Finance Fire Legal P&R ['Police PW
SPONSOR'S This contract is for design of the 2011 Annual Small Drainage Program. Three consultant
SUMMARY firms were short- listed from the Consultant Works Roster and KPG was chosen as the most
qualified. This year five sites are being designed for this contract. Construction later this
year will include the five 2011 sites and three sites that were delayed from 2010. Council
is being asked to approve the design contract with KPG, Inc. in the amount of $74,996.04.
REVIEWED BY COW Mtg. CA &P Cmte F &S Cmte Transportation Cmte
Utilities Cmte Arts Comm. Parks Comm. Planning Comm.
DATE: 1/25/11 COMMITTEE CHAIR: DE'SEAN QUINN
RECOMMENDATIONS:
SPONSOR /ADMIN. Public Works
COMMI1FEE Unanimous Approval; Forward to Committee of the Whole
COST IMPACT FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$74,996.04 $1,111,000.00
Fund Source: 412 SURFACE WATER FUND (PAGE 144, 2011 CIP)
Comments:
MTG. DATE RECORD OF COUNCIL ACTION
2/14/11
2/22/11
MTG. DATE ATTACHMENTS
2/14/11 Informational Memorandum dated 1/19/11
Location Map
Photo of culvert and trash rack
Consultant Agreement with Scope of Work and Fee
Minutes from the Utilities Committee meeting of 01/25/11
2/22/11
60
J 4�y City of Tukwila
Jim Haggerton, Mayor
:1 9 0? INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Utilities Committee
FROM: Public Works Director
DATE: January 19, 2011
SUBJECT: 2011 Annual Small Drainage Program
Project No. 91041201
Consultant Recommendation Agreement
ISSUE
Approve KPG, Inc. to design the 2011 Annual Small Drainage Program.
BACKGROUND
The Annual Small Drainage Program repairs surface water projects that are identified through maintenance activities as well as
citizen complaints. This year, we are proposing the design of five projects for construction in 2011. Construction of these five
projects will be combined with the three projects from 2010 that were delayed due to permitting and time constraints.
DISCUSSION
Public Works staff reviewed the list of known system deficiencies and compiled a list of five projects for design in 2011. The five
projects selected are:
1. 40th Ave S Pipe Relining 4. Gilliam Creek at Andover Park East Trash Rack (see photo)
2. Allentown Pipe Relining (Pump #18 to river) 5. E Marginal Way S (Museum of Flight) Drainage
3. S 150th St Drainage (will include complete overlay from TIB to 42 Ave S)
The current Consultant Roster was reviewed and three firms were short listed to design the selected five projects. The firms
were: KPG Inc., PACE Engineers, and Parametrix. The Summary of Qualifications was evaluated for each firm and KPG, Inc.
was selected as the firm that best met the requirements. KPG, Inc. has designed the Annual Small Drainage Program since
1991 and Public Works staff continues to be very satisfied with their work. KPG also has a good working relationship with the
Washington Department of Fish and Wildlife, 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 2011 Annual Small Drainage Program for a fee of $74,996.04. As only $60,000.00
is budgeted for design, construction funds will be used to supplement the budget. Additional funds are necessary to design the
3 site at S 150th St to include a new drainage system.
BUDGET SUMMARY
Contract Budget
Design 74,996.04 60,000.00
Construction Management 80,000.00
Construction 971,000.00
Total 74.996.04 1.111 000.00
RECOMMENDATION
The Council is being asked to approve this design agreement with KPG, Inc. in the amount of $74,996.04 for the 2011 Annual
Small Drainage Program and consider this item at the February 14, 2011 Committee of the Whole meeting and subsequent
February 22, 2011 Regular Meeting.
attachments: Location Map
Photo of a trash rack
Consultant Agreement
W:IPW Eng\PROJECTSIA- DR Projectsi91041201 (Small Drainage 2010- 2011)1Design \Design 201111NFORMATION MEMO 2011.doc 6 1
62
a 5 s hbo
SCCSF P, F yF \ik‘ s 0 ��nU
2 1 O f0 ina9e Q
e
ti
Bite F s s
4
yam --,.k ID. a r IR 1
'1/4‘=- t
L 's -w
T 5 N
5q 55 S Ms, tlCa'.:
S5,5a siva E
5 tit A
g 5 N S ite2 W -It. VI
i
s uwn
'rrr
69e9,,� Not 10 gCai0
s za
,,,xe+*s, R
AA4. i o A 11
lik
e n
1
Ste i t r, 9 6� le t SC; SC E I.
1 g Ufla sS 4o n 1W
sV 3
i t
i S+ 'IC g w 555
1 g 51Fe 5 9 Site Site .1—'1, �E \1 g S PI a u jay
g551ntl he.N
99 518. tutwCa P• elm 0 4 81 1 S
Val s
ea
2
g e.w� e
f 5 3 5mc f/J
F a f
1 8 S t
4
u. 1 %3 a MW., e
//JJ
-----r-r-,%.„.)
4 i E b
Y
y tc Ei
i Y
g 1'
pate: J anua ry
g 0MF
,sSa
7%
Site 4 Gilliam Creek at Andover Park East Trash Rack
,L,� i a'w F .g,_ may ��t i ,e Je J,y, -,-P-'7'1: g4
a .4.1,-,_ s4 -r 3t r
-o. f x. t r c v i",� a r- A.4_� f F 4 os t a i i s
r l r n 7, 5 Mi __f �si r f
f r t c 4 4.. 44 .,-P. i ''3' ate. J as N -4, nt 3 P
r y G`.. s rt fi0'/€a r a .gp �'fi r;S t r°£
a 4 '3. i G,:- sf Y
4 4;Z ',,,..:.,F,..--;:,;„---'1-?,,---.
r. ,9' I,n: 5 'f �'y `y t ax .s ,,��d*a„a -Jy i s e
tR r i c i s ,'''7 r .t \:•:-.1--,;.-,- r 7 i y Y A b
�c rkn ,..F r s 6'°.� '''`-'S
9 j viii. g
�w y
3 4 r z rt.. if 1- �e n� x" F
.rte /t '1"4: "-.45 g y r r 1.,�
108" Gilliam Creek Culvert to be fitted with Trash Rack
s P s x fi r s tt F a d
s r h r "r' ..,.."*.1%,,----4,..t. ...7.. s f y 4 k a a e 4
-T,. F yam ;v :'i' a 1
z s> b r 1- r;
f I mt NIOktVh. _:-..w- "4 f '7.444 M t
illik
-'c w' yam^.
u r r a r
.l i F aa t4 tit 'wt 3.
5` �u�" f s t E .t
e-�, et 'f CIs :v',_" 'x' t Y t ',71 b n K
x Yt j r �i w s- s" �i
2 't .BF e-4 i,��s-"" i .r�rz ,y 32 Fi*�:• 7. am.-. c
-s, ,1 e ....�."S_: t'. 'y.*` ,,,,t k 'U SSY'r' 'S .,ty'._ f `"F3' ea
Example of a typical Trash Rack
64
CONSULTANT AGREEMENT FOR
DRAINAGE DESIGN SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after 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. Project Designation. The Consultant is retained by the City to perform drainage design
services in connection with the project titled 2011 Annual 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. Time for Performance. Work under this contract shall commence upon the giving of 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 within 365 calendar days from
the date written notice is given to proceed, 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 $74,996.04 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 is 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 state for a period of three (3)
years after final payments. Copies shall be made available upon request.
65
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 to be rendered under this Agreement.
7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its
officers, agents and employees, from and against any and all claims, losses or liability,
including attorney's fees, arising from injury or death to persons or damage to property
occasioned by any act, omission or failure of the Consultant, its officers, agents and
employees, in performing the work required by this Agreement. With respect to the perform-
ance of this Agreement and as to claims against the City, its officers, agents and employees,
the Consultant expressly waives its immunity under Title 51 of the Revised Code of
Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the
obligation to indemnify, defend and hold harmless provided for in this paragraph extends to
any claim brought by or on behalf of any employee of the Consultant. This waiver is
mutually negotiated by the parties. This paragraph shall not apply to any damage resulting
from the sole negligence of the City, its agents and employees. To the extent any of the
damages referenced by this paragraph were caused by or resulted from the concurrent
negligence of the City, its agents or employees, this obligation to indemnify, defend and hold
harmless is valid and enforceable only to the extent of the negligence of the Consultant, its
officers, agents and employees.
8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this
contract comprehensive general liability insurance, with a minimum coverage of $500,000 per
occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/
aggregate for property damage, and professional liability insurance in the amount of
$1,000,000.
Said general liability policy shall name the City of Tukwila as an additional named insured
and shall include a provision prohibiting cancellation of said policy except upon thirty (30)
days prior written notice to the City. Certificates of coverage as required by this section shall
be delivered to the City within fifteen (15) days of execution of this Agreement.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an inde-
pendent 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
2
66
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. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, color, national origin, religion,
creed, age, sex or the presence of any physical or sensory handicap 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. Attorneys Fees and Costs. In the event either party shall bring suit against the other to
enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to
recover its costs, including reasonable attorney's fees, incurred in such suit from the losing
party.
3
67
16. Notices. Notices to the City of Tukwila shall be sent to the following address:
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
KPG, Inc.
753 9th Avenue N.
Seattle, WA 98109
17. Integrated Agreement. 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. This Agreement may be
amended only by written instrument signed by both the City and the Consultant.
DATED this day of 2010
CITY OF TUKWILA CONSULTANT
By:
Jim Haggerton, Mayor Nelson Davis, KPG
Principal
Title:
Attest/Authenticated: Approved as to Form:
Christy O'Flaherty, CMC, City Clerk Office of the City Attorney
4
68
EXHIBIT A
City of Tukwila
2011 Small Drainage Program
Scope of Work
January 18, 2011
PROJECT DESCRIPTION
The Consultant shall prepare final Plans, Specifications and Estimates for the 2011 Small Drainage
Program. The project will include the following sites:
40 Ave S Pipe Relining Reline 36" CMP culvert under 40 Ave S just north of S 137 St
Allentown Pipe Relining Reline 400 ft of 36" pipe near Allentown Pump Station
S 150 St Drainage New drainage system from TIB to 42 Ave S
Gilliam Ck at APE Trash Rack New trash rack near Andover Park East
EMW (Museum of Flight) Drainage Replace drainage system near Museum of Flight.
The Consultant shall provide necessary surveying, project design, quantity and cost estimates, utility
coordination and permit coordination required to complete final bid documents. It is anticipated that sites
will be bid as a single bid package combined with the 2010 Small Drainage Program as budget or other
considerations allow. Sites will be prioritized based on available budget and other factors such as: permit
complexity, utility relocation needs, and easement requirements to achieve a realistic site listing for the
2011 Small Drainage Program.
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, JARPA
application, and coordination with Washington Department of Fish and Wildlife and the US Army Corps
of Engineers for sites 1, 2, and 4.
For the 2011 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 2011 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.
City of Tukwila KPG, Inc.
2011 Small Drainage Program Page 1 of 4 January 18, 2011
69
SCOPE OF WORK
TASK 1 2011 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 4 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 2011 Small Drainage Program site using
the following methods:
o 40th Ave S Pipe Relining Base map prepared using field measurements, GIS
data, and ortho photography.
o Allentown Pipe Relining Base map prepared using field measurements, GIS
data, and ortho photography
o S 150th St Drainage Surveyed base map with horizontal utility locations and
right -of -way line work based on available assessor information.
o Gilliam Creek at Andover Park East Trash Rack Base map prepared using field
measurements, GIS data, and ortho- photography.
o East Marginal Way (Museum of Flight) Drainage Surveyed base map with
horizontal utility locations.
Assumptions:
o The City shall complete the one -call utility locate request for each site and
coordinate the completion of utility locates in preparation for surveying.
o Horizontal and vertical datum will be assumed for each project location.
o Survey will not be required for 40 Ave S Pipe Relining, Allentown Pipe
Relining, or Gilliam Creek Trash Rack.
o Right -of -Way lines will only be provided on S. 150 Street.
o The City shall provide the Consultant with all available GIS data, ortho-
photography, and as -built information needed to complete base mapping.
City of Tukwila KPG, Inc.
2011 Small Drainage Program Page 2 of 4 January 18, 2011
70
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 thirteen (13) 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.
o Drainage designs will be determined through consultation with City staff and from
previous experience rather than detailed basin modeling.
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 Potholing of existing underground utilities will not be required.
1.4 2011 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 2011 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.
City of Tukwila KPG, Inc.
2011 Small Drainage Program Page 3 of 4 January 18, 2011
71
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 2011 Small Drainage Program Permitting
2.1 The Consultant shall prepare a SEPA checklist for submittal to the City covering all sites
included in the 2011 Small Drainage Program.
2.2 The Consultant shall prepare a JARPA application for sites 1, 2, and 4. The application will
be sent to WDFW and USACE.
2.3 The Consultant shall perform field reviews and coordinate HPA approval for sites 1, 2, and 4
with local representative from WDFW
2.4 Although none of the projects are anticipated to require approval by the US Army Corps of
Engineers (USACE), the Consultant shall provide due diligence coordination with
representatives of USACE to verify that no further approvals are required. Budget
assumptions are to route the JARPA to the USACE, telephone and/or field coordination, and
providing requested feedback for the agency to make a determination.
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
o JARPA application
o Documentation from agency coordination with WDFW and USACE.
City of Tukwila KPG, Inc.
2011 Small Drainage Program Page 4 of 4 January 18, 2011
72
HOUR AND FEE ESTIMATE EXHIBIT B
Project: City of Tukwila
2011 SmaII Drainage Program Architecture
Landscape Architecture
Civil Engineering
I Labor Hour Estimate 11 Total Fee
Task Description Project Project Survey
Manager Engineer Field Crew Technician Clerical
177.45 113.57 140.00 94.34 69.01 Fee
Task 1 2011 SmaII Drainage Program Design
1.1 Management/Coordination /Administration 4 0 0 0 4$ 985.84
1.2 Topographic Survey Utility Locates
40th Ave S Pipe Relining GIS Basemap Field Measurements 0 0 0 8 0 1 754.72
Allentown Pipe Relining GIS Basemap Field Measurements 0 0 0 8 0 I 754.72
S 150th St Drainage Full Survey Right -of -Way 0 10 40 40 0 10,509.30
1 Gilliam Creek/APETrash Rack GIS Basemap Field Measurements 0 0 0 8 0 1 754.72
1 EMW (Museum of Flight) Drainage Survey structure elevations 0 0 10 8 0 1 2,154.72
1 1.3 Prepare Plans (Est 13 Sheets)
40th Ave S Pipe Relining (Est 1 Sheet) 2 8 0 8 0 2,018.18
Allentown Pipe Relining (Est 1 Sheet) 2 12 0 12 0 2,849.82
S 150th St Drainage (Est 4 Sheets) 4 1 40 0 60 0 10,913.00
Gilliam Creek/APE Trash Rack (Est 1 Sheet) 4 8 0 8 0 l$ 2,373.08
EMW (Museum of Flight) Drainage (Est 2 Sheets) 4 24 0 32 0 6,454.36
1.4 2011 Small Drainage Program
Field Reviews 1 2 8 0 4 0 1,640.82
Prepare 50% 90% Review Submittals 0 8 0 8 8 2,215.36
Utility coordination 2 8 0 1 8 0 1$ 2,018.18
Quantity and Cost Estimating 1 2 8 0 1 8 0 1$ 2,018.18
Prepare Specifications 1 2 16 0 0 8$ 2,724.10
Finalize Bid Documents 1 2 8 0 8 4 1$ 2,294.22
Reimbursable Expenses (See breakdown for details) 1 1 I I 6,300.00
Task 1 Total I 30 I 158 I 50 I 228 I 24 I 59,733.32
1/19/2011
v
W
4=. HOUR AND FEE ESTIMATE EXHIBIT B
Project: City of Tukwila P G
2011 Small Drainage Program Architecture
Landscape Architecture
Civil Engineering
Labor Hour Estimate 11 Total Fee
Task Description Project Project Survey
Manager Engineer Field Crew Technician Clerical
177.45 113.57 140.00 94.34 69.01 Fee
Task 2 2011 Small Drainage Program Permitting
2.1 Prepare SEPA checklist 4 1 16 0 8 8 3,833.72
2.2 Prepare JARPA Application
1 4 1 16 0 16 4 1 4,312.40
2.3 WDFW Coordination for HPA 4 1 8 0 1 0 4 1$ 1,894.40
2.4 USACE Coordination for NWP's 8 1 16 0 1 16 4 1 5,022.20
Reimbursable Expenses (See breakdown for details) 1 1 1 1 200.00
Task 2 Total I 20 I 56 0 40 I 20 15,262.72
Total Estimated Fee: 74,996.04
Reimbursable Breakdown Cost
(Task 1 2011 Small Drainage Program Design
Mileage 300.00
Reproduction 1,000.00
Gravitec Technical support for Tukwila Parkway Trashrack Fabrication 5,000.00
Task 1 Total 6,300.00
Task 2 2011 Small Drainage Program Permitting
Mileage 100.00 j
Reproduction 100.00
Task 2 Total 200.00 1
1/19/2011
o City of Tukwila
t ...A J Utilities Committee
UTILITIES COMMITTEE
Meeting Minutes
January 25, 2011 5:00 p. m. Conference Room #1
PRESENT De'Sean Quinn, Chair; Dennis Robertson and Kathy Hougardy
Staff: Bob Giberson, Frank Iriarte, Ryan Larson, Robin Tischmak, Mike Cusick, Gail Labanara,
Shawn Hunstock, and Kimberly Matej
CALL TO ORDER: Committee Chair Quinn called the meeting to order at 5:01 p.m.
I. PRESENTATIONS No Presentations
II. BUSINESS AGENDA
A. East Marginal Wav South Stormwater Outfalls: Consultant Recommendation Agreement
Staff is seeking Council approval to enter into a consultant agreement GHD, Inc. to study and provide
recommendations for outfall issues (drainage connections) along the northern portion of East Marginal
Way South.
Currently, drainage from East Marginal Way South is discharged through four outfalls, none of which
have City easements. Establishing drainage connections and easements to these outfalls will clarify
maintenance responsibility and ensure reliability of the drainage system. One outfall was closed by the
Environmental Protection Agency in 2010, and the owner of another outfall (Boeing) has requested the
City take ownership of their outfall.
GHD, Inc., who was chosen from the MRSC's consultant roster, will conduct an outfall analysis report
and provide engineering alternatives to address existing concerns regarding drainage. City staff confirmed
that currently, the City of Tukwila is only responsible for the drainage off of East Marginal Way, not
private property. The work conducted by GHD will assist the City to ensure we are addressing drainage
concerns as well as not adopting existing problems with outfalls the City may choose to maintain/own.
UNANIMOUS APPROVAL. FORWARD TO FEBRUARY 14 COW FOR DISCUSSION.
B. 2011 Annual Small Drainage Program: Consultant Recommendation Agreement
Staff is seeking approval to enter into a consultant agreement with KPG, Inc. in the amount of $74,996.04
for design services for the City's 2011 Annual Small Drainage Program.
KPG was chosen from the City's consultant roster (Municipal Research and Services Center Rosters), and
has designed the Annual Small Drainage Program since 1991. Staff reminded Committee Members that
construction of some of the 2010 Small Drainage projects were delayed due to permit timing, and the
construction of these 2010 projects will combined with construction of the 2011 projects.
X
The five projects listed below have been identified for construction in 2011 through maintenance and
citizen concerns:
6 40`'' Avenue South Pipe Relining
9 Allentown Pipe Relining
South 150 Street Drainage
Gilliam Creek at Andover Park East Trash Rack (grate to keep logs from sliding down stream)
9 East Marginal Way South (Museum of FIight) Drainage (multi- pronged project overlay)
Through this design services agreement, KPG, Inc. will be able to tell the City the most cost effective way
to approach and construct these projects. UNANIMOUS APPROVAL. FORWARD TO FEBRUARY
14 COW FOR DISCUSSION.
75
76