HomeMy WebLinkAboutUtilities 2016-08-09 COMPLETE AGENDA PACKETCity of Tukwila
Utilities Committee
• Kathy Hougardy, Chair
• Kate Kruller
• Thomas McLeod
Distribution:
K. Hougardy
K. Kruller
T. McLeod
J.Duffie
D. Robertson
Mayor Ekberg
D. Cline
L. Humphrey
B. Giberson
R. Tischmak
G. Labanara
P. Brodin
R. Turpin
M. Hart
Clerk File Copy
2 Extra
e -mail cover to: A. Le,
C. O'Flaherty, K. Hougardy,
D. Almberg, B. Saxton,
S. Norris, M. Hart,
L. Humphrey
AGENDA
TUESDAY, AUGUST 9, 2016 — 5:30 PM
FOSTER CONFERENCE ROOM - 6300 Building
Next Scheduled Meeting: Tuesday, August 23, 2016
S. 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)
King County Solid Waste Division Initiatives
Information only
Pg. 1
2.
BUSINESS AGENDA
a) Andover Park East Water and Sewer Replacement
a)
Forward to 8/15/16 Regular
Pg. 11
Construction Management Consultant Selection
and Contract
Consent Agenda
b) Crystal Springs Emergency Surface Water Repair
b)
Forward to 8/15/16 Regular
Pg. 27
Design Consultant Selection and Contract
Consent Agenda
c) Riverton Creek Flap Gate Removal Project
c)
Forward to 8/15/16 Regular
Pg. 39
Resolution for RCO Grant Application
Consent Agenda
3.
ANNOUNCEMENTS
4.
MISCELLANEOUS
Future Agendas:
Next Scheduled Meeting: Tuesday, August 23, 2016
S. The City of Tukwila strives to accommodate individuals with disabilities.
Please contact the Public Works Department at 206- 433 -0179 for assistance.
itikr
King County
.. -nartment Ot
`,?LuraI Re$ourcr,...
Solid W; ste Division
Pr; .:ion Recovery Disposal
rier
Solid Waste Division Initiatives
Presentation to Tukwila City Council
August 9, 2016
8 2.'201(3
th
years
120.17 per to
37.75 per to
umbers
1
5%
la King County
ime since last ee increase.
urrent basic fee in place since 2013.
roposed basic fee: lower than the fee projected c2017
018 in the last rate proposal; consistent with oth
roviders' fees.
ill increase for the typical (one -can) single fami
curbside customer averaged over the system
Typical increase for a single - family curbside customer
Tukwila based on a $19.47 per month bill (32 gal. garbag
+ yard waste)
Amount that customers will not pay due to deferral
of the scheduled 2015 -2016 incre
v���wmpm�
* May not add to 513 7.75 due to rounding
Sustain Current
Services
$14.23
Wage u Services Inflation
Transfer Sta on Debt Service
Equipment Replacement
Landfill Closure Reserve
Landfill Maintenance
Enhance
Reliable Service
$2.04
Increased Transport Capacity
Reduced Wait Tirnes
Increased Eq"ipmemmvail"wi
Recycling Outreach
Ongoing Business Planning
Demand
Management
Pilot
SO.88
```~.,,.``````````````````````-````````````````````````````````````````````````````````````````````````````````
c.)
IL3
omp an cou • reco 0 °o recyc ing
oa
ouny • di
nincorporated areas
County would maximize s
ransfer stations
ig King County
Co
3
ities an C�
ould:
Increase single- fa rfi y, commercial and
institutional food scrap recycling
Increase multi - family recycling
Use grant funds to support actions that
measurably increase diversion fr.. - alandfill
•
ig King County
wi
SEPARAR SU LADE
Mixed loads contain
recyclable materiels.
iCargas mi s condenen
materiales _ l
THANK YOU
for helping us
SORT IT OUT
CIAS
por ayudarnos
Sort your waste to
make a big difference.
Separe su beaus
co ctamente pare hater
una gran diferencia.
Clean
Wood
Madera Limpia
REt�tlsl�
Recycle \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \\
More
rn
Ki
V
d
Wiz
Dts
$ v
Pik
10
City of Tukwila
Public Works Department - Bob Giberson, Director
INFORMATIONAL MEMORANDUM
TO: Utilities Committee
FROM: Bob Giberson, Public Works Director
BY: Peter Lau, Senior Program Manager
CC: Mayor Ekberg
DATE: August 5, 2016
SUBJECT: Andover Park East Water and Sewer Replacement
Project Numbers 99940103
Construction Management Contract with AECOM
Allan Ekberg, Mayor
ISSUE
Authorize the Mayor to execute a contract with AECOM Technical Services for construction
management services for the Andover Park East (APE) Water and Sewer Replacement Project.
BACKGROUND
Council awarded the construction contract for the APE Water and Sewer Replacement Project to
Titan Earthworks, LLC on August 1, 2016 for $3,504,684.14. For construction management
services, the current Municipal Research and Services Center Consultant Roster was reviewed
and three firms were selected for interviews. The firms were: AECOM, AKANA and Parametrix.
AECOM was rated the highest by the cumulative scores of the interview selection panel.
DISCUSSION & FISCAL IMPACT
The AECOM construction management contract will include field engineering, inspection,
documentation compliance support, archaeological monitoring, geotechnical engineering and
material testing. The fee of $532,893.84 is reasonable for the scope of work provided by AECOM.
CM Expense
AECOM Contract CM & Inspection $532,893.84
APE Water Replacement CM Budget
APE Sewer Replacement CM Budget
Total $532,893.84
Budget
$384,000.00
256,000.00
$640,000.00
RECOMMENDATION
Council is being asked to approve the Construction Management contract with AECOM in the
amount of $532,893.84 for the Andover Park East Water and Sewer Replacement Project and
consider this item on the Consent Agenda at the August 15, 2016 Regular Meeting.
Attachments: CM Consultant Selection Scoring Sheet
APE Water & Sewer CIP pages 60 & 77, Proposed 2017
CM Consultant Services Scope and Fees with AECOM
W: \PW Eng \PROJECTS\A- WT Projects\APE Water Main Replacement ( 99940103) \ Construction \Consultant Selection \(005) - CM Consultant Selection \AECOM \Info Memo For AECOM CM 08- 05- 16.Docx
11
Andover Park East Water & Sewer Replacement Project
3/U8e/
C.4
1.0
460/0,98113 aJc/3/Jois.,ii
Jo juatu4/8claci
m4i 5Upp041 GOUG././Gdka
uonon4suoo
/fq P.9)30j/8 sassaulsnq
cnym 5U./31J041 031/09.9dA-
SUOU3/14S1./03
it/OW938/dGJJGAIGS
pu8 JG/841 Cip/V1 .93UGpGdka
1138./ddty
pu8 6u/pu0sJapur0 ) joaroJel
joefoJel Jo aouapacbc3
IJOS
GSA/Gdka `SUOB83./j//8,70
Andover Park East Water Main and
scores from the 3 Interview
c
a.
0
LO
Potential CM Consultant
2
0
0
PROJECT:
DESCRIPTION:
JUSTIFICATION:
STATUS:
MAINT. IMPACT:
COMMENT:
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
Andover Park E Water Main Replacement Project No. 99940103
Design and construct 2,700 LF of new 8" & 16" ductile iron pipe along Andover Park East from Tukwila Pkwy
to Strander Blvd.
Support future growth within this area of the CBD as aging cast iron system has suffered frequent failures.
Survey and design is complete. Construction is scheduled for 2016 from Strander Blvd to Tukwila Pkwy
with final paving in 2017.
A new pipe will significantly reduce impact on crews from the risk of cataclysmic events.
PWTF loans were rescinded in 2014 & 2015 by the State Legislature.
FINANCIAL
(in $000's)
Through Estimated
2015 2016 2017
2018
2019
2020
2021
2022
BEYOND TOTAL
EXPENSES
Design
140
59
199
Land (R /W)
0
Const. Mgmt.
284
100
384
Construction
2,100
685
2,785
TOTAL EXPENSES
140
2,443
785
0
0
0
0
0
0
3,368
FUND SOURCES
Awarded Grant
0
Proposed Bond
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
140
2,443
785
0
0
0
0
0
0
3,368
TOTAL SOURCES
140
2,443
785
0
0
0
0
0
0
3,368
2017 - 2022 Capital Improvement Program
60
13
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT: Andover Park East Sewer Replacement Project No. 91440204
DESCRIPTION: Design and construct 1,600 LF of 15" and 12" sanitary sewer from Strander Blvd. to 1 -405 in Andover Park E.
JUSTIFICATION: Sewer improvement will provide additional capacity for future development along Andover Park East.
STATUS: Project will overlay Andover Park East from Strander Blvd to 1 -405 in 2017.
MAINT. IMPACT:
COMMENT: Construction is scheduled for 2016 from Strander Blvd to Tukwila Parkway.
FINANCIAL Through Estimated
in $000's
2015 2016 2017
2018
2019
2020
2021
2022
BEYOND TOTAL
EXPENSES
Design
47
43
90
Land (R /W)
0
Const. Mgmt.
206
50
256
Construction
1,626
500
2,126
TOTAL EXPENSES
47
1,875
550
0
0
0
0
0
0
2,472
FUND SOURCES
Awarded Grant
0
Proposed PWTF /Bond
0
Mitigation Actual
0
Mitigation Expected
290
290
Utility Revenue
47
1,585
550
0
0
0
0
0
0
2,182
TOTAL SOURCES
47
1,875
550
0
0
0
0
0
0
2,472
41'
2017 - 2022 Capital Improvement Program
77
14
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT AGREEMENT FOR
CONSTRUCTION MANAGEMENT SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City ", and AECOM Technical Services, 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 construction
management services in connection with the project titled `Andover Park East Water Main
and Sewer Replacements'.
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 September 30, 2017, 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 September 30, 2017 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 $532,893.84 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.
15
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the
Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waiver has been mutually negotiated by the parties.
The provisions of this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non - owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a
substitute form providing equivalent liability coverage. If necessary, the policy
shall be endorsed to provide contractual liability coverage.
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.
CA revised : 1 -2013
Page 2
16
4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self- insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as
required by this section shall be delivered to the City within fifteen (15) days of execution
of this Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds
due the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
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.
CA revised : 1 -2013
Page 3
17
13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in
any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive termination
of this Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
AECOM Technical Services
710 5th Avenue, Suite 1000
Seattle, WA 98004
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
CA revised : 1 -2013
Page 4
18
DATED this day of , 20
CITY OF TUKWILA CONSULTANT
By:
Allan Ekberg, Mayor
Attest /Authenticated:
Printed Name: Michael Horton
Title: Vice President
Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1 -2013
Page 5
19
Andover Park East
City of Tukwila
Exhibit A
SCOPE OF SERVICES
Construction Management and Contract Administration Services for the
Andover Park East
City of Tukwila
AECOM Technical Services, Inc. ( "Consultant ") proposes to provide to the City of Tukwila, Washington
( "Client ") construction management services for the Andover Park East (APE) Water Main and Sewer
Replacement Project (hereinafter called "Project "). These services will include inspection, construction
management, and contract administration assistance during the construction of the project as detailed in
the following:
I. INTRODUCTION
The following scope of services is based upon the assumptions outlined herein. Associated costs are
detailed in EXHIBIT E -1.
Assumptions:
• The proposed project team will include a part -time resident engineer, a full time construction inspector
and a part -time document administrator. An allowance for materials testing are included in this
scope.
• A standard working week for project staff is 40 hrs. Should the Client direct fewer hours, the
Consultant will not guarantee to perform all of the scope items. The man -hours proposed by the
Consultant are an estimate only and are subject to change based on the actual construction schedule
and working hours of the Contractor.
• Services will be performed in accordance with the Local Agency Guidelines (LAG) and the WSDOT
Construction Manual.
• An assumption for geotechnical engineering support has been included in this scope. These as-
requested services are limited to recommendations pertaining to constructability, construction issue
resolution, and review of contractor submittals for compliance with the contract documents.
• Design by Others: It is understood and agreed that the Consultant did not prepare the Contract
Documents for the project, and the Client will provide the Consultant the support of the Engineer -of-
Record during the course of the Consultant's work.
I. DETAILED SCOPE OF WORK
Subtask 1 — Administration /Quality
Consistent with the hours shown in
management and contract administration
and the Client. This effort will include the
Control
EXHIBIT E -1, the Consultant shall provide overall project
associated with the service agreement between the Consultant
following elements:
1.1 Prepare of Consultant invoicing and progress reporting to the Client.
1.2 Perform internal administration of the Consultant's Task Order.
1.3 Prepare any supplements to the Consultant's Task Order.
1.4 Attend pre- construction conference.
1.5 Make periodic field visits and conduct project reviews for the quality of services
AECOM and consistency with AECOM's project quality plan.
Page 1 of 5
provided by
Updated: 8/2/2A
Andover Park East
City of Tukwila
Subtask 2 — Document Control
Consistent with the hours shown in EXHIBIT E -1, the Consultant shall provide document control services
including the following elements:
2.1 Process; track and archive construction records including: Inspectors Daily Reports (IDR's);
Requests for Information (RFI's); Submittals; Requests for Approval of Materials (RAM's);
Statements of Working Days. Consultant shall maintain submittal and RFI logs to track when
documents are received and returned to the contractor.
2.2 Compile and review inspector pay quantity and force account records, and prepare monthly
contractor progress pay estimates.
2.3 Review and archive project record documentation associated with prevailing wage reporting,
including Requests to Sublet, Intents to Pay Prevailing Wage, Certified Payroll, Affidavits of
Wages Paid, and Contractor employee wage interviews.
2.4 Review and archive Certificates of Materials Origin tracking and reconcile against the Projects
Record of Materials prepared by others.
2.5 Attend and provide minutes for the preconstruction conference and up to 26 weekly contractor
construction progress meetings.
2.6 Maintain a material testing log that tracks the test date, type of material test, test result,
specification requirement and action taken if a failed result is received from the material testing
consultant.
2.7 Maintain a list of approved change orders and potential change orders. Potential change orders
will have a force account estimate of the extra work related to that item(s), until an approved
change order is executed.
Subtask 3 — Field Inspection
The Consultant shall provide construction inspection services for up to 125 full -time days, consistent
with the hours shown in EXHIBIT E -1. This effort will include the following elements:
3.1 Prepare daily construction reports recording the contractor's operations performed for each day
the Consultant is on site; measure the quantities of materials installed, log equipment and staff
present, weather conditions, and any observed problems or construction issues.
3.2 Prepare Daily Payment Notes, Statements of Working Days, and Force Account Records (if
necessary).
3.3 Respond to contractor questions which may arise as to the quality and acceptability of
furnished materials or work performed per the requirements of the construction contract
documents.
3.4 Respond to general questions raised by adjacent property owners, businesses, or general
public. Complaints or detailed questions shall be referred to the Client.
3.5 Prepare field records and documents in accordance with Projects Record of Materials.
3.6 Coordinate with Resident Engineer and Client for changes and updates to the ROM.
3.7 For each day the Consultant is on site, provide photographs of traffic control set -up and work
activities during the course of construction. Photographs will be in digital format and cataloged
by date.
3.8 Facilitate the Contractor's coordination with existing utilities within the project boundaries.
3.9 Review the Record of Materials (ROM) against the material testing results provided by the
Project's material testing consultant, and advise the Contractor accordingly.
Page 2 of 5
Updated: 8/2/20 6
Andover Park East
City of Tukwila
3.10 Monitor the Contractor's compliance with water quality permits and the requirements of the
TESC and SPCC Plans.
3.11 Attend weekly construction meetings up to 26 weekly meetings.
3.12 The Construction Inspector shall review monthly pay estimates with the Contractor and provide
recommendations to the Resident Engineer and Client.
3.13 Review the Contractor's construction record drawings on a weekly basis. Upon project
completion, verify Contractor provided markups accuracy and forward to the Client. The
Consultant Inspector will track and record field changes on drawings and use this information to
verify the Contractor's construction record drawings.
3.14 Participate in the Project's final inspection and assist in developing a list of any remaining
deficiencies.
3.15 Attend pre- construction conference.
3.16 For the days present on site, the construction inspector shall observe day -to -day construction
activities. By providing inspection oversight, the Consultant shall assume no responsibility for
proper construction techniques or job site safety but will report to the Contractor and Client any
known public safety concerns immediately. The presence of the Consultant's personnel at the
construction site is for the purpose of providing to the Client a greater degree of confidence that
the completed work will generally conform to the Contract Documents and that the integrity of
the design concept as reflected in the Contract Documents has been implemented and
preserved by the Construction Contractor.
3.17 The Consultant will endeavor to protect all parties against defects and deficiencies in the work
of the Contractor, but cannot guarantee the Contractor's performance and shall not be
responsible for construction means, methods, measurements, techniques, sequences of
procedures, or for safety precautions and programs in connection with the work performed by
the Construction Contractor and any subcontractors.
Subtask 4 — Construction Management
Provide construction management services, consistent with the hours shown in EXHIBIT B. This effort
will include the following elements:
4.2 Supervise the Consultant's field personnel assigned to the project.
4.3 Liaison between the Contractor's management and the Client's management personnel, acting
as the direct point of contract for both parties.
4.4 Organize and chair the Pre - construction conference
4.5 Review and approve daily construction reports prepared by the construction inspector.
4.6 Respond to contractor questions which may arise as to the quality and acceptability of
furnished materials, work performed, and to general questions raised by adjacent property
owners or general public.
4.7 Respond to Contractor RFI's, and defer to the Engineer of Record for a response when
appropriate.
4.8 Review Contractor submittals, and defer to the Engineer of Record for a review when
appropriate.
4.9 Review ROM and material testing results and advise the Contractor accordingly.
4.10 Review the Contractor's baseline project schedule, and then monitor that schedule throughout
the course of the project for compliance with the provisions of the Contract. Monitoring shall
include review of periodic schedule updates submitted by the Contractor.
4.11 Facilitate coordination between the Contractor, Client and project stakeholders regarding status
and issues of construction activities.
Page 3 of 5
Updated: 8/2/2A
Andover Park East
City of Tukwila
4.12 Chair up to 26 weekly construction meetings.
4.13 Prepare official correspondence to the Contractor and issue upon the Client's approval.
4.14 Issue field directives and stop work notices to the Contractor upon direction of the Client's
approval.
4.15 Issue Correction Notices when appropriate.
4.16 Review monthly pay estimates with the Contractor and provide recommendation to the Client
for release of payment.
4.17 Supervise contract close -out activities including as -built drawings, final payment, and
completion notices. Consultant shall provide the Client, at contract close -out, construction
records to the all applicable funding agencies.
4.18 The Consultant shall assume no responsibility for proper construction techniques or job site
safety but will report to the Contractor and Client any observed public safety concerns
immediately. The presence of the Consultant's personnel at the construction site is for the
purpose of providing to the Client a greater degree of confidence that the completed work will
generally conform to the Contract Documents and that the integrity of the design concept as
reflected in the Contract Documents has been implemented and preserved by the construction
Contractor.
4.19 The Consultant will endeavor to protect all parties against defects and deficiencies in the work
of the Contractor, but cannot guarantee the Contractors' performance and shall not be
responsible for construction means, methods, measurements, techniques, sequences of
procedures, or for safety precautions and programs in connection with the work performed by
the construction contractor and any subcontractors.
Subtask 5 — Public Outreach / Client Meetings
The Consultant's construction inspector shall provide limited assistance with project outreach consistent
with the following:
The Consultant shall, under direction of the Client, assist with delivering informational flyers for the
upcoming construction activities, road closures, temporary traffic controls, and other pertinent information.
The Consultant shall also assist the Client in responding to questions and issues raised by private citizens
and local businesses relative to the Project.
Subtask 6 — Materials Testing
The Consultant will retain a materials testing subconsultant to perform soil and concrete testing which
includes: gradations, in -place density, Proctor compaction tests, concrete air entrainment, concrete test
cylinders, and asphalt composition. These services are budgeted as an allowance and the actual costs of
the testing effort may vary. The Consultant shall advise the Client regarding the status of the materials
testing budget to allow funds to be added or removed as necessary.
Subtask 7 — Archaeological Monitoring and Inadvertent Discovery Plan and Field
Monitoring.
The Consultant shall prepare Archaeological Monitoring and Inadvertent Discovery Plan to the
Washington State Historic Preservation Officer (SHPO), Department of Archaeology and Historic
Preservation (DAHP) and the Tribes. The Plan shall address the required response by the contractor and
project team for a potential intersection of the construction work with pre- contact archaeology or human
remains. The plan shall be based upon previous archeological surveys by others. The draft plan shall be
submitted to DAHP and the Tribes for comment and subsequently finalized. At the conclusion of open cut
excavation activities, the Consultant shall prepare a final report summarizing the findings of the
monitoring effort. An allowance of 120 hours has been budgeted for this work.
The Consultant shall provide a qualified archaeological monitor during open cut excavation activities by
the Contractor. This person shall be responsible for monitoring the Contractor's compliance with the
Page 4 of 5
Updated: 8/2/2
Andover Park East
City of Tukwila
Archaeological Monitoring and Inadvertent Discovery Plan, and to be available to respond to related
Contractor questions. The monitor shall not enter the excavation without the specific direction by the
Consultant's Resident Engineer. A budget allowance of 720 hours have been budgeted for this effort.
Subtask 8 — Change Order Resolution
The Consultant shall provide services up to 40 hours for preparing change order packages, this includes
independent cost estimates (ICE), change order forms; and, force account records.
Subtask 9 — Claims /Disputes Support
No services are provided under this section.
III. Consultant Deliverables; including but not limited to:
Inspector Daily Reports
ii. Construction Photographs
Weekly Meeting Minutes and Agendas
iv. Submittal, RFI, and Material Testing Logs
v. Change Order and Potential Change Order Log
vi. Declaration of Substantial Completion
vii. Monthly Contractor Pay Requests with field note record and quantity documentation
viii. Punch -lists and tracking documentation
ix. Physical Completion Letter and Recommendation of Final Acceptance Letter
x. All Project Records received from the Contractor described under Subtask 2
xi. Other records generated as a result of this Contract, when requested by the Client, or as
deemed necessary by a public record request.
IV. Responsibilities of the Client
Provide CM oversight and approval authority for all construction activities.
ii. Manage the Designer -on- Record team as part of the Project Designer's on -call design
support and architectural submittal review.
Process all contract documents through the City's approval process (e.g. CM services
invoices, construction contract, monthly pay estimates, change order execution, cost
reduction proposals, time extensions, etc.).
iv. Provide preferred forms and formats, and filing structure to the Consultant.
v. Oversee the Consultant on conducting schedule evaluation, monitoring, and evaluate Time
Impact Analysis for changes.
vi. Provide and assist the Consultant in utility coordination with third -party utilities under project
specific or franchise agreements.
vii. Review the Pre - Construction Conference agenda and all hand -out materials, before the
Consultant conducts the Pre - Construction Conference.
viii. Coordinate and schedule any public meetings required before, during and after construction.
ix. Provide operations & maintenance interface with other City Staff for ongoing project issues.
Page 5 of 5
Updated: 8/2/20 6
Exhibit B
'COM
City of Tukwila - Tukwila Transit Center
Budget Summary
AECOM Labor - Home Office
Employee
Mike Horton - PD
Jim Fillis - PM
Ty Bardwell - RE
Jaime Shinsato - Doc. Cntl.
Stephanie Butler - Arch.
Marty McCabe - Geo. Engr.
Mike Kelly - Sr. Arch.
Classification
PD
PM
RE
Doc. Cntl.
Arch.
Geo. Engr.
Sr. Arch.
Overhead (OH Cost -- Including Salary Additives):
OH Rate x DSC of 139.14%
Fee
Fee Rate x DSC of
Labor Subtotal - Home Office
AECOM Labor - Field Office
Employee
Jeff Vaughn - Insp.
30.00%
Classification
Inspector
Overhead (OH Cost -- Including Salary Additives):
OH Rate x DSC of 114.70%
Fee:
Fee Rate x DSC of 30.00%
Labor Subtotal - Field Office
Labor Subtotal
Reimbursable
Expenses
Vehicles
Subconsultant
Materials Testing Allowance
Hours Rate
Cost
80.00 $ 97.59 $7,807.20
156.00 $ 95.80 $14,944.80
496.00 $ 77.15 $38,266.40
624.00 $ 31.18 $19,456.32
760.00 $ 41.90 $31,844.00
136.00 $ 61.06 $8,304.16
74.00 $ 70.45 $5,213.30
2,326.00 $125,836.18
Total DSC
x $125,836.18
x $125,836.18
Total DSC
x
x
Hours
1,040.00 $
1,040.00
$58,936.80
$58,936.80
Rate
$125,836.18
$175,088.46
$37,750.85
$338,675.49
Cost
56.67 $58,936.80
$58,936.80
$58,936.80
$67,600.51
$17,681.04
$144,218.35
$482,893.84
Cost
$ 7,000.00
$ 13,000.00
$20,000.00
Cost
$ 30,000.00
$30,000.00
Total $532,893.84
25
August 2, 2016
Andover Park East
e00000000
. . . . . . .
or ea CD C1 W 0 0 CM
LeCt010' 0-6' ea- 6-75-
. . . . . .
NVW00000
0 0 0 0 0 0 0 0 0 0
•-• 0
• O.1 sr cri 6 0 0 en ce.1
4 0) wes'
al 4 QS e.4; o c.i O CO
VI' a:8 ooR0000
— Fie O see aie o to o si ar
— 4 ere V
VI 60 0 0 0 0 0 0 0
at 4 en 0 O ci al esi
ce ts. 0 es 0 o 0 0 an es
r- O sae O 6 en 6 or 0
er eer ce ea
cr
o
0V00000) 0
• W CV .1. to ca co es co ai
or ar wow o-cre'crwo" 6' 0' 0,
en ea 4 aei ci ni ci ca c0
ea 4
re. 4.1
ea
w in'
ineeer 00000000
ere ar O eS en 0 0 6
e- 4 we see cr Ol
w w CT., 4' 4 4 ' 8
q 0 q q 0 0 00
us en 4 0 ce en en 6
qq000„,'00,0
04 0) 0) 0 0) 00604
— sr
—"0"0 80 00 o
cj cei d
000 0 0 0'
• cri 0 40 ei
, •It
C 0 en 0 uta 0 ae
' 0 0 0 0 ' 0 0 C 0
. .
Ott1301000600
Vie
8 ..,
6
§ § 6
• 6 0
en
8
Subcontractor S
40
0
.0
26
City of Tukwila
Public Works Department - Bob Giberson, Director
INFORMATIONAL MEMORANDUM
T0: Utilities Committee
FROM: Bob Giberson, Public Works Director
BY: Ryan Larson, Senior Program Manager
CC: Mayor Ekberg
DATE: August 5, 2016
SUBJECT: Crystal Springs Emergency Surface Water Repair
Project No. 91641206
Consultant Selection and Agreement
ISSUE
Approve KPG, Inc. to design the Crystal Springs Emergency Surface Water Repair.
Allan Ekberg, Mayor
BACKGROUND
Maintenance staff were notified of pavement settlement within Crystal Springs Park and 51s' Ave S during the week of July 18,
2016. An investigation focused on a deep surface water pipe under the settling pavement. Using video inspection, it was
determined that the pipe was filled with a large quantity of material that indicated a possible failure of the pipe. Crews
attempted to remove the blockage, but the removal of the material led to additional failure of the pavement and a sinkhole.
Other utilities are located within the settlement area. The Mayor declared an Emergency on July 21, 2016 and Council
approved Emergency Resolution No. 1887 on August 1, 2016.
DISCUSSION
The surface water pipe conveys water from Crystal Springs, runs continuously throughout the year, and is approximately 20
feet deep. The damaged section is approximately 290 feet in length. The pipe is located in an area with a high ground water
table and visible natural water springs. An emergency project is underway that will stabilize the sink hole and utilities with fill
material, install a temporary pipe to allow the water to bypass the damaged area of the pipe until a permanent repair can be
designed and constructed.
KPG is proposed to design the permanent repair since they are currently working with staff on the 2016 Annual Neighborhood
Drainage program, are familiar with City requirements, and can complete the design and permitting in a timely manner to allow
for project advertisement later this year.
FISCAL IMPACT
For the Crystal Springs Emergency Surface Water Repair project, KPG has submitted design for $59,979.68. It is proposed
that funding come from the 2016 Annual Small Drainage Program budget which is $685,000, including $80,000 for design. To
date, $68,743 has been spent on design, leaving $11,257 in available design funding. It is proposed that the remaining
$48,723 come from a portion of the available construction funding. The 2016 Small Drainage Program has been delayed as
bids were rejected by Council on August 1, 2016 by Resolution No. 1886.
RECOMMENDATION
Council is being asked to approve the design consultant agreement with KPG, Inc. in the amount of $59,979.68 for the Crystal
Springs Emergency Surface Water Repair Project and consider this item on the Consent Agenda at the August 15, 2016
Regular Meeting.
Attachments: 2015 CIP, Page 82
Consultant Contract
\ \PWStore \PW Common$ \PW Eng \ PROJECTS \A- DR Projects \Crystal Springs Emergency Surface Water Repair (91641206) \Info Memo KPG Final Design.docx
27
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 (R/W)
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
Project Location:
Entire System
2015 - 2020 Capital Improvement Program
82
28
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 `Crystal Springs Emergency Surface Water Repair'.
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, 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 $59,979.68 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.
29
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be
endorsed to provide contractual liability coverage.
CA revised : 1 -2013
Page 2
30
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self - insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as
required by this section shall be delivered to the City within fifteen (15) days of execution
of this Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
CA revised : 1 -2013
Page 3
31
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
32
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
day of ,2016.
Mayor, Allan Ekberg
CONSULTANT
By:
Printed Name:Nelson Davis, KPG
Title: Principal
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1 -2013
Page 5
33
EXHIBIT A
City of Tukwila
Crystal Springs Emergency Surface Water Repair
Scope of Work
August 1, 2016
PROJECT DESCRIPTION
Maintenance staff were notified of pavement settlement within Crystal Springs Park and 51St
Ave S during the week of July 18, 2016. An investigation of this issue focused on a deep
surface water pipe under the settling pavement. Using video inspection, it was determined that
the pipe was filled with a large quantity of material that indicated a possible failure of the pipe.
Crews attempted to remove the blockage, but the removal of the material lead to additional
failure of the pavement and a sinkhole. Other utilities are located within the settlement area.
The Consultant will assist the City with approach to interim repair, perform field survey and base
mapping, perform geotechnical investigations, assist with permit applications, and prepare final
plans, specifications, and cost estimates for a long term repair.
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. The project may be combined with previously design small drainage program project(s)
for bid and construction depending on available budget.
SCOPE OF WORK
TASK 1 — CRYSTAL SPRINGS EMERGENCY SURFACE WATER REPAIR
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 (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.
City of Tukwila
Crystal Springs Emergency Repair Page 1 of 4
KPG, Inc.
August 2016
34
1.2 INTERIM REPAIR ASSISTANCE
• The Consultant shall perform site visit(s) and be available to City staff overseeing
interim repairs for assistance during construction. Consultant will identify
information needed from City to complete long term repairs.
1.3 TOPOGRAPHIC SURVEY
• The Consultant shall prepare topographic survey and base maps for the affected
drainage system. Utility locates will be performed on one -call field marking that
was performed by the interim repair contractor. GIS data provided by the City will
be utilized where drainage structures are inaccessible due to recent pipe failure.
1.4 GEOTECHNICAL INVESTIGATION
• The Consultant shall provide geotechnical recommendations to support the design
of permanent repair options. Our proposed scope of services is summarized as
follows:
• Review information. We will review available existing preliminary plans and
geotechnical, geological, and environmental reports for the immediate area to help
evaluate stormwater infiltration potential.
• Plan, coordinate, and manage the field investigation, which will include the
following:
o Mark exploration locations and request public utility locates. A separate
trip to the site will be necessary to mark the exploration locations in order
to get the utility locates completed.
o Obtain a right -of -way permit (ROW) and prepare an associated traffic
control plan to support the field activities. We anticipate that the City will
expedite and waive ROW permit fees.
o Complete up to three shallow borings to determine depth of existing asphalt
concrete pavement and the subsurface conditions. The borings will be
completed using hollow -stem auger drilling equipment to depths of
approximately 25 feet. Our representative will collect soil samples via the
SPT at approximately 2.5 -foot intervals throughout the depth of the borings
and maintain a log of the subsurface conditions encountered.
• Complete geotechnical laboratory analyses on disturbed soil samples obtained
from the explorations, including up to:
o three moisture content determinations.
o two grain -size determinations.
• Prepare a draft (electronic PDF copy) and final report summarizing our findings,
conclusions, and recommendations related to the following:
o Subsurface conditions and results the of laboratory testing
o Trench excavation and soil parameters for design of shoring or shielding
City of Tukwila
Crystal Springs Emergency Repair Page 2 of 4
KPG, Inc.
August 2016
35
o Dewatering requirements
o Utility installation subgrade support, bedding, and backfill requirements
o Address need for trench dams
1.5 PERMITTING
• The Consultant shall contact WDFW and prepare information necessary to receive an
emergency HPA for interim repairs.
• The Consultant shall coordinate with WDFW and prepare the JARPA for approval of
the HPA for permanent repairs.
• If required to obtain the HPA, the Consultant shall prepare and submit a SEPA
checklist for processing by the City.
• If required for work downstream of the failed drainage system, the Consultant shall
prepare and submit a WSDOT utility permit application.
1.6 PREPARE PLANS, SPECIFICATIONS AND ESTIMATES
• The Consultant shall work collaboratively with City to obtain necessary video
inspection, pipe cleaning, brushing etc as available from City maintenance staff.
• 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 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.
• 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% review submittals to franchise utility owners to
identify potential conflicts within the Project limits and request potholes.
• 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 Potholing of existing underground utilities will be by the utility owner.
City of Tukwila
Crystal Springs Emergency Repair Page 3 of 4
KPG, Inc.
August 2016
36
• 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.
Additional Services
As this work is proceeding under an emergency declaration, the City of Tukwila may require other
services of the consultant that were not anticipated during initial scoping. 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
Crystal Springs Emergency Repair Page 4 of 4
KPG, Inc.
August 2016
37
HOUR AND FEE ESTIMATE
Project: City of Tukwila
Crystal Springs Emergency Surface Water Repair
EXHIBIT B
KPG
• Architecture •
Landscape Architecture
• Civil Engineering
Task Description
Labor Hour Estimate
Total Fee
Project
Manager
$ 170.98
Senior
Engineer
$ 132.60
Project
Engineer
$ 115.36
Design
Engineer
$ 99.45
CAD
Technician
$ 86.18
Const
Inspector
$ 102.04
Survey
Crew
$ 151.68
Senior
Admin
$ 112.71
Office
Admin
$ 79.55
Fee
Task 1 - Crystal Springs Emergency Surface Water Repair
1.1 Management/Coordination /Administration
6
0
2
0
0
0
0
2
6
$ 1,959.35
1.2 Interim Repair Assistance
16
4
8
0
0
0
0
0
4
$ 4,507.20
1.3 Topographic Survey
2
2
8
16
0
0
20
0
0
$ 6,154.75
1.4 Geotechnical Coordination
4
4
8
0
8
0
0
2
2
$ 3,211.16
1.5 Permitting
16
4
24
0
16
0
0
0
8
$ 8,050.04
1.6 Prepare Plans, Specifications and Estimates
16
16
80
16
40
0
0
0
16
$ 20,397.18
Reimbursable - Mileage
$ 200.00
Reimbursable - Reproduction
$ 500.00
Reimbursable - Geotechnical Borings and Investigations
$ 15,000.00
Task 1 Total 1 60
30
130
32
64
0
20
4
36
$ 59,979.68
Total Estimated Fee: $ 59,979.68
8/2/2016
City of Tukwila
Public Works Department - Bob Giberson, Director
INFORMATIONAL MEMORANDUM
TO: Utilities Committee
FROM: Bob Giberson, Public Works Director
BY: Mike Perfetti, Habitat Manager
CC: Mayor Ekberg
DATE: August 5, 2016
SUBJECT: Riverton Creek Flap Gate Removal Project
Project No. 99830103
Resolution for RCO Grant Application
Allan Ekberg, Mayor
ISSUE
Approve a Resolution for the State of Washington's Recreation and Conservation Office (RCO) grant
application.
BACKGROUND
The City is undertaking the Riverton Creek Flap Gate Removal Project to expand salmon habitat,
including habitat for the Endangered Species Act (ESA) listed Chinook salmon. This project is a priority
project listed in the Water Resources Inventory Area 9 (WRIA 9) Salmon Habitat Plan, of which the City
is a paying member. As a recognized local entity, WRIA 9 has recommended that the Riverton Creek
Flap Gate Removal Project receive funding allocated to it through its Puget Sound Acquisition and
Restoration (PSAR) fund. To receive the funding, the City must complete a grant application to PSAR
and this application is then reviewed by the Salmon Recovery Funding Board (SRFB) with the funds
administered by the State's Recreation and Conservation Office (RCO).
DISCUSSION
Staff received approval to submit a grant application for the Riverton Creek Flap Gate Removal Project
at the May 10, 2016 Utilities Committee. However, as part of the application process, RCO requires that
the applicant submit a Resolution approved by Council that authorizes staff to make the formal
application.
FISCAL IMPACT
The Riverton Creek Flap Gate Removal Project has a proposed budget of $840,000 in 2017/2018 for
final design and construction. WRIA 9 has allocated $551,070 towards the project, which is subject to
approval by the SRFB and RCO. This grant has a 15% match requirement, or $82,660, and we have
$290,000 budgeted from surface water funds.
RECOMMENDATION
Council is being asked to approve the Resolution authorizing the submission of a SRFB grant
application for the Riverton Creek Flap Gate Removal Project and consider this item on the Consent
Agenda at the August 15, 2016 Regular Meeting.
Attachments: Draft Resolution
Riverton Creek Flap Gate Removal page 64, draft 2017 CIP
\ \PWStore \PW Common$ \PW Eng \ PROJECTS W- DR Projects \Riverton Flap Gate Removal (99830103 98 -DR03) \ Grants \SRFB GRant\Info Memo - RCO Grant Resolution.docx
39
RAFT
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
TUKWILA, WASHINGTON, AUTHORIZING SUBMISSION OF
AN APPLICATION FOR GRANT FUNDING ASSISTANCE FOR
THE RIVERTON CREEK FLAP GATE REMOVAL SALMON
RECOVERY PROJECT (#16-1892) TO THE SALMON
RECOVERY FUNDING BOARD AS PROVIDED IN RCW 77.85,
WAC 420 AND OTHER APPLICABLE AUTHORITIES.
WHEREAS, under the provisions of the Salmon Recovery Act, state grant
assistance is requested to aid in financing the cost of restoration; and
WHEREAS, the City Council of the City of Tukwila considers it in the best public
interest to complete the Riverton Creek Flap Gate Removal Project (#16-1892),
described in the application;
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, HEREBY RESOLVES AS FOLLOWS:
Section 1. The Habitat Project Manager, Mike Perfetti, is authorized to make
formal application to the Salmon Recovery Funding Board for grant assistance.
Section 2. The City of Tukwila has reviewed the sample project agreement on the
Recreation and Conservation Office's website (at www.rco.wa.gov/documents/
manuals&forms/SampleProjAgreement.pdf) and authorizes the Mayor to enter into such
a project agreement, if funding is awarded. The City Council understands and
acknowledges that the project agreement will contain the indemnification (applicable to
any sponsor) and waiver of sovereign immunity (applicable to Tribes) and other terms
and conditions that are contained in the sample project agreement, and that the sample
project agreement may be revised periodically by the Recreation and Conservation
Office. The City Council recognizes that such changes might occur prior to the
authorized representative signing the actual project agreement, and accepts the
responsibility and the presumption that the authorized representative shall have
conferred with them as to any such changes before he/she executes the project
agreement on behalf of the City of Tukwila and so executes with their authorization.
W:\Word Processing \Resolutions\Grant funding application-Riverton Creek 8-2-16
RL:bjs
Page 1 of 2
40
Section 3. Any grant assistance received will be used for only direct eligible and
allowable costs that are reasonable and necessary to implement the project referenced
above.
Section 4. The City of Tukwila expects their matching share of project funding will
be derived from City of Tukwila funds and possibly other sources and meets the
requirements of WAC 420 -12 -040. In addition, the City Council understands the City is
responsible for supporting all non -cash commitments to this project should they not
materialize.
Section 5. The City Council acknowledges that if the Salmon Recovery Fund Board
approves grant assistance for the project, the Recreation and Conservation Office will
pay the City on only a reimbursement basis, except for a specially approved advance
payment. It is understood that "reimbursement basis" means the City will only request
payment from the Recreation and Conservation Office after it incurs eligible and
allowable costs and has paid them. The Recreation and Conservation Office may also
determine an amount of retainage and hold that amount until the project is complete.
The Recreation and Conservation Office may approve advance payments in limited
circumstances, pursuant to WAC 420 -12 -060 and the policy outlined in Manual 8,
Reimbursements.
Section 6. The City acknowledges that any property restored be maintained for a
period of 10 years after the project is complete unless otherwise provided and agreed
to by the City of Tukwila and the Salmon Recovery Funding Board in the project
agreement or an amendment thereto.
Section 7. This application authorization becomes part of a formal application to
the Salmon Recovery Funding Board for grant assistance.
Section 8. Appropriate opportunity for public comment on this application was
provided.
Section 9. The City Council of the City of Tukwila certifies that this application
authorization was properly and lawfully adopted following the requirements of the City
of Tukwila and applicable laws and policies and that the person signing as authorized
representative is duly authorized to do so.
PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON,
at a Regular Meeting thereof this day of , 2016.
ATTEST /AUTHENTICATED:
Christy O'Flaherty, MMC, City Clerk Joe Duffie, Council President
APPROVED AS TO FORM BY:
Rachel B. Turpin, City Attorney
Filed with the City Clerk:
Passed by the City Council:
Resolution Number:
W: \Word Processing \Resolutions \Grant funding application - Riverton Creek 8 -2 -16
RL:bjs
Page 2 of 2
41
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT: Riverton Creek Flap Gate Removal Project No. 99830103
DESCRIPTION: Remove two culverts and flap gates at Duwamish River; install pipe arch, create open channel confluence,
install trail bridge over new channel, restore /revegetate 200 feet of creek channel and 450 ft of pond shoreline.
JUSTIFICATION: Increase available salmonid rearing habitat and increase flood refuge in lower Duwamish River. Improve
fish access to Riverton Creek and enhance salmon rearing and resting area.
STATUS: Design at 70% completion in 2011 with a Salmon Recovery Funding Board grant of $42,500 and $30,000
from People for Puget Sound. Construction is grant dependent.
MAINT. IMPACT: Expected to increase maintenance.
COMMENT:
Proposed grants include State & Federal habitat grants. Project used as mitigation for East Marginal Way
Pipe Replacement Project and HPA Control #133763 -1 requires work to be completed by June 11, 2019.
FINANCIAL Through Estimated
(in $000's)
2015 2016 2017
2018 2019 2020 2021 2022 BEYOND TOTAL
EXPENSES
Design
114
28
90
232
Land (R/W)
0
Const. Mgmt.
100
100
Construction
650
650
TOTAL EXPENSES
114
28
90
750
0
0
0
0
0
982
FUND SOURCES
Awarded Grant
72
72
Proposed Grant
550
550
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
42
28
90
200
0
0
0
0
0
360
TOTAL SOURCES
114
28
90
750
0
0
0
0
0
982
.a�
2017 - 2022 Capital Improvement Program
100
129
41