Loading...
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