Loading...
HomeMy WebLinkAboutReg 2016-02-01 Item 3H - Agreement - 2016 Small Drainage Program with KPG Inc for $68,743.0192 City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Ekberg Utilities Committee FROM: Bob Giberson, Public Works Director BY: Ryan Larson, Senior Program Manager DATE: January 22, 2016 SUBJECT: 2016 Annual Small Drainage Program Project No. 91641201 Consultant Selection and Agreement ISSUE Approve KPG, Inc. to design the 2016 Annual Small Drainage Program. BACKGROUND The Annual Small Drainage Program repairs and installs needed surface water infrastructure that is identified through maintenance activities as well as citizen complaints. For the 2016 Annual Small Drainage Program, we are proposing the design of six projects for possible construction in 2016. DISCUSSION Public Works staff reviewed the fist of known system deficiencies and compiled a list of six projects for design in 2016. The six projects selected are: 1, 5. 162n' Street and 47 "1 Ave. S. (Complete Design) 4. 581h Avenue South, 14423 to 14455 2. Strander Boulevard Sidewalk (in front of Target) 5. Gilliam Creek Control Structure Access Imp. 3. S 1501h St Creek Outfall 6. Gilliam Creek Outfall Access ImpJFall Protection The current MRSC Consultant Roster was reviewed and three firms were short - listed to design the selected six projects.. The firms were: KPG, Inc., David Evans and Associates, and PACE. The Summary of Qualifications was evaluated for each firm and KPG, Inc. 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 time and amount. FINANCIAL IMPACT It is recommended that KPG, Inc. design the 2016 Annual Small Drainage Program for a fee of $68,743.01.The 2016 Annual Small Drainage Program budget is $685.000 including $80,000 for design RECOMMENDATION Council is being asked to approve this design consultant agreement with KPG, Inc. in the amount of $68,743.01 for the 2016 Annual Small Drainage Program and consider this item on the Consent Agenda at the February 1, 2016 Regular Meeting. Attachments: Location Map 2015 C1P. Page 82 Qualification Review Consultant Agreement 4liukdata2k121PW Cammo Mri Eng1PROJ0CTSW DR PreinetsWnnual Small Drainage Praorarns12016 SOP { B1541201}lDesignllnfaMAemoDesign 2016 SDP 01 -22.16 gl .dae 93 94 2016 Annual Neighborhood Drainage Program s Not to Scale Site 6- Site 1 Date: January 20, 2016 By: R. Linsao IMPW Ei4G,IS1Projects1RyanLLCIP Storm Drainage12016 drainage program.mxd Site 4 Site 3 Site 5 Site 2 95 96 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2015 to 2020 PROJECT: Annual Small Drainage Program Project No. Varies DESCRIPTION: Select, design, and construct small drainage projects throughout the City. JUSTIFICATION: Provide drainage corrections for existing/ongoing drainage problems throughout the City, 'including culvert replacements, drain extensions, and pavement upgrades. STATUS: Projects for this annual program are taken from Small Drainage Project List. MAINT. IMPACT: Reduces maintenance. Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar COMMENT: years. Budget for 2014 includes $270k for Thorndyke Safe Routes to School (S 150th St). Grants from State Municipal Stormwater Capacity Grants. FINANCIAL Through Estimated in $000's) 2013 2014 2015 2016 2017 2018 2019 2020 BEYOND TOTAL EXPENSES Design 60 80 80 80 80 80 80 80 620 Land (RM) 0 Const. Mgmt. 70 80 80 80 80 80 80 80 630 Construction 279 270 325 525 525 525 525 525 525 4,024 TOTAL EXPENSES 409 270 485 685 685 685 685 685 685 5,274 FUND SOURCES Awarded Grant 50 50 100 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 409 220 485 635 685 685 685 685 685 5,174 TOTAL SOURCES 409 270 485 685 685 685 685 685 685 5,274 2015 - 2020 Capital Improvement Program 82 97 ce 0 w CD c 0 CU Li m cG a '4 r � u i13 r 2 c To 'E^fJ V) tO F a T 0 ^1 EN N N N CN 0 CD N N cv CV r- Relevant Project Experience Experience with I-(PAJCreek 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 O V I- < 6 00 98 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. Project Designation. The Consultant is retained by the City to perform engineering services in connection with the project titled `2016 Small Drainage Program'. 2. Scope (jf 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, 2016, 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, 2016 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 $68,743.01 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. 99 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 4.24.1 15, 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 2 100 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 0] 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. Worker~' 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 he 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 he 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 3 101 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 bonafidc 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 fcc, 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 subset 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 al 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. Severahility 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 102 Page 4 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, Allan Ekberg Attest /Authenticated: day of , 2016. CONSULTANT � / By: Printed Name:Nelson Davis, KPG Title: Principal Approved as to Form: City Clerk., Christy O'Flaherty Office of the City Attorney CA revised : 1 -2Q13 Page 5 103 EXHIBIT A City of Tukwila 2016 Small Drainage Program Scope of Work January 14, 2016 PROJECT DESCRIPTION The Consultant shall prepare final Plans, Specifications and Estimates for the 21116 Small Drainage Program. The project will include the following sites: Site I: Trail #11 at S 162nd Street and 47'h Avenue 5 Install new storm drain system for 47" Avenue S from Trail #11 to tie into the existing system in S 16(7' Street. Project was designed as part of the 2015 Small Drainage Program but there were insufficient funds for construction. Site 2: Strander Boulevard Sidewalk, near Target Store Install drainage pipe and catch basins to get water in low spirt to Strander Boulevard drainage system.. Site 3: S 150th Street Creek Outfall Install new Type 2 catch basin and overflow cone berate. This site may require an HPA. Site 4: 58th Avenue South, 14423 to 14455 Remove 200 of sidewalk and install new drainage system, underrdrain.s, and yard drain connections. The Consultant shall prepare final Plans, Specifications, and Estimates for the following maintenance access and safety projects. These projects will be incorporated into the Bid Documents for the 2016 Small Drainage Program. Site 5: Gilliam Creek Control Structure Access Improvements Install a platform and stairs from parking pad to bottom on south side of structure to improve maintenance access and safety. This site will require and HPA, Site 6: Gilliam Creek Outfall Access Improvements Install railing, stairs, platform, and ladder to improve access and safety to flap gate apron. This site may require an HPA. 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 2016 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, City of Tukwila 2 016 Small Drainage Program Page 1 of 5 104 KPG, Inc. January 2016 surveyed base maps will include right -of -way line work based on available public records, 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 and HPA application where required. A building permit will be acquired for the access and safety projects if required. No additional permits are anticipated. It is the Consultants understanding that none of the 2016 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. All work will be completed within City rights of way or easements and no easement acquisition is anticipated. For the 2016 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. SCOPE OF WORK TASK 1 — 2016 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 6 months). • Hold project coordination meetings with the City to update progress and review submittals. Assume (4) 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 2016 Small Drainage Program sites. Topographic survey will be performed for all sites including horizontal utility locations within the right of way. 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. City of Tukwila KPG, Inc. 2016 Small Drainage Program Page 2 of 5 January 2016 105 o It is assumed there will he six (6) plan sheets at I"=20' scale full size (22" X 34"), 1"=40' at reduced scale (II" 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. a Drainage designs will be determined through consultation with City staff and from previous experience rather than detailed basin modeling. 1 A 2016 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 2016 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 a No federal funding is anticipated for the Project engineering or construction. o No utility upgrades are anticipated in the project design. • Drainage & Water Quality Reports will not be required. o Georechnical Engineering services will not be required. r� Environmental Documentation will not he required. o Potholing of existing underground utilities will not be required. • Deliverables o 50% review submittal with Plans and Estimate. ✓ 90% review submittal with Plans, Specifications, and Estimate. o Bid Documents and Engineer's Estimate • 6 sets of Plans (11" X 17 ") and specifications provided for each review submittal, o 10 sets of Plans (l I" X 17 ") and specifications for the Bid Documents. a Coordinate upload of Plans and Specifications to Builders Exchange. City of Tukwila KPG, Inc. 2016 Small Drainage Program Page 3 of 5 January 2016 106 TASK 2 — 2016 Small Drainage Program Permitting 2.1 Site Survey — prepare topographic base maps along the route of access improvements for sites 5 and 6. 2.� Preliminary Design — Perform site review and prepare alternative sketches for review and comment by the City. The selected alternative for each site will be developed to final bid documents. 2 _3 90% Design and building permits—The Consultant shall develop the selected alternative to the 90% design level and prepare and submit building permit application. Specifications will be shown on the plan sheets and reference WSDOT specifications as applicable. It is anticipated that detailed fabrication shop drawings will be provided by the contractor and may be required for final building permit approval. 2.4 Based on City and Building Official comments, prepare final plans and estimate for bid documents. • Assumptions a No wetland or stream delineations will be required. a No special studies (biological assessments, etc.) will be required. o Any fees for City Building Permit will be paid by the City. • Deliverables o Building Permit Application and supporting documents o Plan and estimate submittals as part of the Task 1 Small Drainage Program TASK 3 -- 2016 Small Drainage Program Permitting 3.1 The Consultant shall prepare a SEPA checklist for submittal to the. City covering all sites included in the 2016 Small Drainage Program. 3.2 The Consultant shall meet in the field with a representative from WDFW and prepare a JARPA for HPA approval on Sites 3, 5 and 6. 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. o The $150 processing fee for the JARPA application will be paid by the Consultant and reimbursed by the City through the invoice process. • Deliverables o SEPA Checklist o JARPA Application City of Tukwila 20116 Small Drainage Program Page 4 of 5 KPG, Inc. January 2016 107 Additional Services The City of Tukwila may require other services of the consultant. These services could include additional design, right of way, utility potholing, environmental documentation, construction phase services, or other work tasks not included in the scope of work. At the time these services are required, the Consultant will provide the City with a detailed scope of work and an hour and fee estimate. The Consultant will not proceed with the work until the City has authorized the work and issued a Notice to Proceed. City of Tukwila KPG, inc. 2016 Small Drainage Program Page 5 of 5 January 2016 108 HOUR AND FEE ESTIMATE City of Tukwila 2016 Small Drainage Program Labor Hour Estimate Ckl CI CI N [�c�� 71 0 cd (N �y O 0 Ca t/9 0) u1 M C4 fit) +.17 r *° N mr C4 r CC! N 44 65 69 65 CO VI 65 69 40 C!) CI) CD 0OOO 0 C 0) • B O O f7 0 CD 0 C] 0 • © 0 0 0 0 0 4 0 0 O 0 0 0 0 00000 0 O t — CO O S. ' C) W • CD CO 0 00 d C as 52. CI N 0' 1- 0 d CV 0 KY '• C O 0 C4 N C4 0 0 N tV 0 ry r r o$ 2 o Neo7 t'joopd.- LO 4 i1? r N 0 N sr N N W N 47] m Nii cr? 64 69 04 A Q 0 0 0 0 0 0 0 0 0 0 CO 0 0 O 0 E a m 4 E g'r.0 8 c E cz 0 ea s22'ga , .-+ • G E ❑ M b E 3 °2 6;-m-a E T.- C4 C7 d cilnininl tl h 40 8n VI 0 0 0 v 0 0 40 CO 0 .1 CV r Q 01 0) • a) a) M .0.0 E E Ct • se C' CO b? Total Estimates! Fee: 109 110 UTILITIES COMMITTEE Meeting Minutes City of Tukwila City Council Utilities Committee January26, 2016 - 5:30 p.m. - Foster Conference Room, 6300 Building Councilmembers: Kathy Hougardy, Chair; Kate Kruller, Thomas McLeod Staff: Bob Giberson, Frank Iriarte, Robin Tischmak, Mike Cusick, Ryan Larson, Gail Labanara, Laurel Humphrey CALL TO ORDER: Committee Chair Hougardy called the meeting to order at 5:30 p.m. I. PRESENTATIONS 11. BUSINESS AGENDA A. Ordinance: Level 3 Communications Franchise Agreement Staff is seeking Council approval of an ordinance approving a Franchise Agreement with Level 3 Communications, LLC to allow the continued operation and maintenance of a fiber optic system in the City's right of way. This is a non - exclusive agreement with a five year term, and includes a $5,000 administrative fee due to the City within 30 days of approval. UNANIMOUS APPROVAL. FORWARD TO FEBRUARY 1, 2016 REGULAR CONSENT AGENDA B. Consultant Selection: 2016 Small Drainage Program Staff is seeking Council approval of a consultant agreement with KPG, Inc. in the amount of $68,743.01 for design of the 2016 Annual Small Drainage Program. The following six design projects are proposed for possible construction this year: 1. South 162nd Street and 47th Avenue South 2. Strander Boulevard Sidewalk 3. South 150th Street Creek Outfall 4. 58th Avenue South, 14423 to 14455 5. Gilliam Creek Control Structure Access Improvement 6. Gilliam Creek Outfall Access Imp./ Fall Protection The total project budget includes $80,000 for design. APPROVAL. FORWARD TO FEBRUARY 1, 2016 REGULAR CONSENT AGENDA. 111