HomeMy WebLinkAboutTIC 2017-04-11 COMPLETE AGENDA PACKETCity of Tukwila
Transportation and
Infrastructure Committee
❖ Kate Kruller, Chair
❖ Joe Duffie
❖ De'Sean Quinn
♦ Cm 1'
Distribution:
R. Turpin
K. Kruller
Deputy Clerk
J. Duffie
Clerk File Copy
D. Quinn
2 Extra
D. Robertson
a) Cascade View Safe Routes to School Phase II
Mayor Ekberg
Place pkt pdf on Z: \Trans &
D. Cline
Infra Agendas
L. Humphrey
e -mail cover to: A. Le,
B. Giberson
C. O'Flaherty, K. Kruller,
R. Tischmak
D. Robertson, D. Almberg,
G. Labanara
B. Saxton, S. Norris,
P. Brodin
L. Humphrey
TUESDAY, APRIL 11, 2017 — 5:30 PM
FOSTER CONFERENCE ROOM — 6300 BUILDING
Item
Recommended Action
Page `
1. PRESENTATION(S)
2. BUSINESS AGENDA
a) Cascade View Safe Routes to School Phase II
a) Forward to 4/24/17 C.O.W.
Pg. 1
Supplemental Agreement No. 2 for CM Services
and 5/1/17 Regular
b) Riverton Creek Flapgate Removal
b) Forward to 4/17/17
Pg. 15
Consultant Selection and Agreement
Regular Consent Agenda
3. SCATBd
4. MISCELLANEOUS
5. ANNOUNCEMENTS
Future Agendas:
Next Scheduled Meeting: Tuesday, April 25, 2017
SThe City of Tukwila strives to accommodate individuals with disabilities.
Please contact the Public Works Department at 206- 433 -0179 for assistance.
City of Tukwila
Allan Ekberg, Mayor
TO:
Transportation and Infrastructure Committe
FROM:
Bob Giberson, Public Works Director
BY:
David Sorensen, Project Manager
CC:
Mayor Ekberg
DATE:
April 7, 2017
SUBJECT: Cascade View Safe Routes to School Phase 11
Project No. 91510302, Contract No. 16 -023
Supplemental Agreement No. 2 for Construction Management Services
ISSUE
Execute Supplemental Agreement No. 2 with KPG, Inc. to provide construction management services for the
Cascade View Safe Routes to School Phase II Project.
FI-_ .r;• ►o
In September 2015, the City was awarded a federal grant as part of the Safe Routes to School Program that is to be
used for Cascade View Elementary School Phase II. The project will provide construction of a roundabout at 33rd Ave
S/S 1401h St and sidewalks on the east side of 331d Ave S between S 140th St and S 1441h St and the south side of S
1401h St between Military Rd S and 341h Ave S.
DISCUSSION
On February 16, 2016 the Council approved the contract with KPG to provide engineering design services for the
project. KPG was selected to also provide construction management services as a supplement to the design
contract.
FINANCIAL IMPACT
KPG has prepared the attached contract, scope of work, and fee estimate to provide the necessary construction
management services for the Cascade View Safe Routes to School Phase II Project. The 2017 CIP has $140,000
budgeted for construction management, but the estimated costs completed with the grant application are not
sufficient to cover the updated cost estimates. As the project includes roadway and surface water improvements,
additional budget will come from those two projects. The construction cost estimates are also higher than anticipated
and funds may also be needed for the construction award.
Contract Budget
KPG Supplement Agreement No. 2, Construction Mgmt $180,387.80 $140,000.00
2017 Overlay /2017 Small Drainage Programs 40,387.80
Total $180,387.80 180 ,387.80
RECOMMENDATION
Council is being asked to approve Supplemental Agreement No. 2 with KPG, Inc. in the amount of $180,387.80 for
construction management services of the Cascade View Safe Routes to School Phase II Project and consider this
item at the April 24, 2017 Committee of the Whole Meeting and subsequent May 1, 2017 Regular Meeting.
attachments: Vicinity Map
Page 4, 2017 CIP sheet
Supplemental Agreement No. 2
WAPW Eng\PROJECTSW RW & RS Projects\Safe Routes to School - Cascade View Phase 11 (91510302) \Construction ManagementTocs to TIC \Info Memo KPG Supp #2r CM 040717.docx
2 2
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT:
Cascade View Safe Routes to School Phase II Project No. 91510302
Phase II
91210301
Construct an off - street, paved shared use path, sidewalks, and a traffic circle at 33rd Ave S and S 140th St.
DESCRIPTION:
This route was identified in the Walking Audit prepared for the Cascade View school zone. S 140th St is one
of the high priority missing sidewalk areas prioritized as part of the Walk and Roll Plan.
Enhance safety for students walking to Cascade View Elementary School and encourage transportation choices
JUSTIFICATION:
for Cascade View neighborhood residents.
STATUS:
Phase I completed an off - street, paved shared use path between S 137th St and S 140th St in 2015 (91210301).
Phase 11 includes a traffic circle at 33rd Ave S/S 140th St. Also includes sidewalks on the east side of 33rd Ave S
between S 140th St & S 144th St and the south side of S 140th St between Military Rd S and 34th Ave S.
MAINT. IMPACT:
New trail, traffic circle, sidewalks, and drainage will need to be maintained.
Land(R/W)
Phase II WSDOT Safe Routes to School Federal grant for $839K. Mitigation of $37k from Orcas Homes.
COMMENT:
Phase I included a WSDOT Safe Routes to School State grant for $428K.
FINANCIAL
Through Estimated
fin Snnn'31
2n15 2n1R 2n17 9n1R 2n19 9n9n 9nol 9n99 RFvnMn TnTAI
EXPENSES
Phase I
Phase II
Phase II
Design
84
125
20
229
Land(R/W)
65
65
Const . Mgmt.
89
140
229
Construction
310
654
964
TOTAL EXPENSES
548
125
1 8141
01
0
0
0
0
0
1,487
FUND SOURCES
Awarded Grant
404
125
714
1,243
School District Grani
22
22
Proposed Grant
0
Mitigation
37
37
City Oper. Revenue
122
(7)
100
0
0
0
0
0
0
185
TOTAL SOURCES
548
125
814
0 1
0
0
0
0
0
1,487
2017 - 2022 Capital Improvement Program 4 3
Washington State
Department of Transportation
Supplemental Agreement
Organization and Address
Number 2 _
KPG, Inc.
3131 Elliott Avenue, Suite 400
Original Agreement Number
Seattle WA 98121
16-023(b)
Phone: 206.286.1640
Project Number
Execution Date
Completion Date
91510302
2/17/2016
12/31/2017
Project Title
New Maximum Amount Payable
Cascade View Safe Routes to School Phase 2
$318,593.10
Description of Work
Provide Construction Management Services.
The Local Agency of City of Tukwila
desires to supplement the agreement entered in to with KPG Inc.
and executed on 2/17/2016 and identified as Agreement No. 16 -023
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
Provide Construction Management Services in accordance with attached Exhibit A.
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read: No Change.
III
Section V, PAYMENT, shall be amended as follows:
Payment for this work shall not exceed $180,387.80 as shown in Exhibit B without prior authorization from the City.
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate
spaces below nd t rn to this office for final action.
By: By:
�evoa UiS f
Consultant Signatur
DOT Form 140 -063
Revised 09/2005
Approving Authority Signature
Date 4
Exhibit "A"
Summary of Payments
11 DOT Form 140-063
Revised 0912005
Basic
Agreement
Supplement #1
Total
Direct Salary Cost
$52,049.91
$62,292.18
$114,342.09
Overhead
(Including Payroll Additives)
$68,440.42
$81,907.97
$150,348.39
Direct Non-Salary Costs
$2,100.00
$17,500,00
$19,600.00
Fixed Fee
$15,614.97
$18,687.65
$34,302.62
Total
$138,205.3
387.80
$318,593.10
11 DOT Form 140-063
Revised 0912005
•• We 110421
January 3, 2017
City ®f Tukwila
Cascade View SRTS — Phase 2
This work will provide construction management services for the construction contract to complete the
City of Tukwila Cascade View SRTS — Phase 2 project. These services will include design support, project
management, documentation control, inspection, materials testing, public involvement, and contract
administration during the construction of the project, as detailed below. KPG ( "Consultant ") will provide
to the City of Tukwila ( "City ") construction management services for the project.
A detailed scope for the Contract follows:
The following scope of services and associated costs are based upon the assumptions outlined below.
General Assumptions:
• The proposed project team will include one part -time documentation control specialist, a part -
time resident engineer during construction activities, a full -time inspector, sub - consultants to
provide services for materials testing, and other supporting tasks as deemed necessary. It is
anticipated that full- time site observation will be required for the entirety of the project.
• The level of service is based on a construction project duration of approximately 80 working
days.
• KPG estimates a total project duration of 115 working days (23 weeks) including preconstruction
service, construction services, and project closeout. No suspensions or stop work periods are
anticipated during this duration.
• It is anticipated that the KPG will update and modify the Record of Materials (ROM) . This scope
of services provides the management of the ROM and scheduling of required materials testing
respectively.
• It is anticipated that the City will review and execute the insurance, bonds, and the Construction
Contract.
• KPG will do all public outreach, and ensure affected residents are notified of impending contractor
activities by door to door and or A -board signs that include date, hours of work, and a KPG staff
phone number to call for questions.
• The design engineers from KPG will be available during construction to answer questions during
Cascade View SRTS — Phase 2 Page 1 of 8 KPG
Construction Management Services 113117
9
EXHIBITA
construction and review RAM's, shop drawings, and answer RA's as required.
~ Services will be performed in accordance with the Contract plans O' special provisions, and City
engineering standards.
The objective and purpose of this Construction Management Services Agreement is for the Consultant
to successfully deliver the construction of the Project to the City by ensuring that the improvements are
constructed in accordance with the approved Plans and Specifications, as may be amended or revised,
that all of the required Project documentation is accounted for.
TASK 1—MANAGEMENT/COORDINATION/ADMINISTRATION
Provide overall project management, coordination with the City, monthly progress reports and
invoicing. This effort will include the following elements.
• Organize and layout work for project staff. Prepare project instructions oncontract
administration procedures tobe used during construction.
• Review monthly expenditures and CM team scope activities. Prepare and submit project
progress letters to the City along with invoices describing CM services provided each month.
Prepare and submit reporting required by funding source.
Deliverables
w Monthly invoices and progress reports
TASK 2— PRECONSTRUCTION SERVICES
2.1 Precmnstrucbon Conference: The Consultant will prepare an agenda for, distribute notices of,
and conduct a preconstrucdun conference in the City's offices. The Consultant's project
engineer, resident engineer, inspector, and document control specialist will attend the
preconstruction conference. The Consultant will prepare a written record of the meeting and
distribute copies of the minutes to all attendees and affected agencies, staff, etc.
At the Pre-construction conference, the Consultant shall facilitate discussions with the
Contractor concerning the plans, specifications, schedules, issues with utilities, unusual
conditions, Federal, State, and local requirements and any other items that will result in better
project understanding among the parties involved.
Deliverables
p Preoonstruc1ion conference agenda with meeting minutes
TASK 3— CONSTRUCTION SERVICES -FIELD
3.1 On-site Observation: The Consultant shall provide the services of one full time inspector
during construction activities and other tasks necessary to monitor the progress of the work.
Construction staff shall oversee the following items of work, on the
Cascade View SHTI— Phase 3 Page 2ofD KPG
Construction Management Services 213117
7
EXHIBITA
project site, and will observe the technical progress of the construction, including
providing day -to -day contact with the Contractor and the City:
• Preparation to include mobilization and clearing and grubbing
• Erosion Control
• HMA grinding and paving
• Driveways, curb, gutter and sidewalk
• And all incidental items necessary to complete the Work as described in the Plans
and /or Specifications.
Field inspection staff will perform the following duties as a matter of their daily activities:
Observe technical conduct of the construction, including providing day -to -day contact
with construction contractor, City, utilities, and other stakeholders, and monitor for
adherence to the Contract Documents. The Consultant's personnel will act in
accordance with Sections 1 -05.1 and 1 -05.2 of the Standard Specifications.
ii. Observe material, workmanship, and construction areas for compliance with the
Contract Documents and applicable codes, and notify construction contractor of
noncompliance. Advise the City of any non - conforming work observed during site visits.
iii. Document all material delivered to the job site in accordance with the contract
documents.
iv. Prepare daily inspection reports, recording the construction contractor's operations as
actually observed by the Consultant; includes quantities of work placed that day,
contractor's equipment and crews, and other pertinent information.
V. Interpret Contract Documents in coordination with the City and KPG.
vi. Resolve questions which may arise as to the quality and acceptability of material
furnished, work performed, and rate of progress of work performed by the construction
contractor.
Vii. Establish communications with adjacent property owners. Respond to questions from
property owners and the general public.
viii. Coordinate with permit holders on the Project to monitor compliance with approved
permits, if applicable.
ix. Prepare field records and documents to help assure the Project is administered in
accordance with the funding requirements.
X. Collect and calculate delivery tickets and salesman's daily reports of aggregate. All tickets
will be initialed with correct bid item and stationing identified (Construction Manual
10 -2).
xi. Attend and actively participate in regular on -site weekly construction meetings.
xii. Take periodic digital photographs during the course of construction, and record
locations.
xiii. Coordinate with the City's maintenance personnel.
xiv. Punch list. Upon substantial completion of work, coordinate with the Client and affected
agencies, to prepare a 'punch list' of items to be completed or corrected. Coordinate
Cascade View SRTS — Phase 2 Page 3 of 8 KPH
Construction Management Services 113117
0
Assumption
°
EXH|BITA
final inspection with those agencies.
Consultant will provide observation services for the days/hours that the contractor's
personnel are on-site.
• Consultant will provide qualified personnel for inspection of all bid item work.
• The Consultant's monitoring of the construction contractor's activities is to ascertain
whether or not they are performing the work in accordance with the Contract Documents;
in case of noncompliance, Consultant will reject non-conforming work, and pursue the
other remedies in the interests of the City, as detailed in the Contract Documents. The
Consultant cannot guarantee the construction contractors' performance, and it is
understood that Consultant shall assume no responsibility for: proper construction means,
methods, techniques; project site safety, safety precautions or programs; or for the failure
of any other entity to perform its work in accordance with laws, contracts, regulations, or
City's expectations.
3.2 Substantial Completion: Upon substantial completion of work, coordinate with the City and
other affected agencies, toperform a project inspection and develop comprehensive list of
deficiencies or 'punch|isi' of items to be completed. A punch|ist and Certificate of Substantial
Completion will be prepared by the Consultant and issued by the City.
3.3 Materials Testing: Coordinate the work of the materials testing technicians and testing
laboratories in the observation and testing of materials used in the construction; document
and evaluate results of testing; and address deficiencies. Frequency of testing shall be
determined by the resident engineer.
Deliverables
• Daily Construction Reports with pnojectphotos — submittedonaweeklybasia
• Punch List, Certificate of Substantial Completion
• Review test reports for compliance
TASK 4.1— CONSTRUCTION SERVICES — O}FICE
A. Document Control. Original documentation will be housed at the Consultant's office, and
filed in accordance with standard filing protocol. A copy ofworking files will be maintained in
the field office.
�
Final Estimate (Approving Authority File)
�
Comparison of Preliminary and Final Quantities (Approving Authority File)
�
Final Records (Approving Authority File)
�
Record of Material Samples and Tests
°
Affidavit of Wages Paid
�
Release for the Protection of Property Owners and General Contractor
B. Project Coordination: Liaison with [ity, construction contractor, engineer, utilities and
property owners on a regular basis to discuss project issues and status.
C. Plan I Provide technical interpretations of the drawings, specifications, and
contract documents, and evaluate requested deviations from the approved design or
Cascade View S8[5— Phase 2 Page 4o/O KPG
Construction Management Services 113117
9
EXHIBITA
specifications. Coordinate with City for resolution of issues involving scope, schedule, and/or
budgetchanges.
D. Weekly Meetings: Lead weekly meetings, including preparation of agenda, meeting minutes,
and distribution of minutes toattendees. Outstanding issues tobe tracked ona weekly basis.
E. Knkdd Schedule Review: Perform detailed schedule review ofcontractor provided [PK4 for
conformance with the contract documents.
F. Lump Sum Breakdown: Evaluate construction contractors' Schedule of Values for lump sum
items. Review the Contract Price allocations and verify that such allocations are made in
accordance with the requirements of the Contract Documents. Lump Sum Breakdowns for
payment each month will be calculated with detailed data.
G. 88unthh/ Pay Requests: Prepare monthly requests for payment, review with the City,
contractor and approve as permitted. Utilize City provided format for pay estimates, or
Consultant format.
H. Monthly Schedule Review: At the monthly cutoff, review contractor's updated schedule and
compare with field-observed progress, as described in Section 1-08 of the Special Provisions.
In addition, perform schedule analysis on contractor provided [PM updates and review
schedule for delays and impacts. Coordinate with Contractor in the development of recovery
schedules, as needed, to address delays caused by either events or issues within the
Contractor's control or other events or issues beyond the Contractor's control.
|. Certified Payroll: Process and track all certified payroll per State Prevailing Wage
Requirements. This includes verifying the initial payroll for compliance and 10Y6 of all payrolls
submitted thereafter. Tracking payroll each week.
J. Weekly Statement of Working Days: Prepare and issue weekly statement of working day
report each week.
K. Subcontractor Documentation: Process / Approve all required subcontractor documentation.
Request to Sublets will be verified and logged. This includes checking System Award
Management System (SAK4S), verifying business licensing, reviewing insurance
documentation, verifying city business licensing, Intent to Pay Prevailing Wage and Affidavit of
Wages Paid. All subcontractor documentation will be logged into KPG's subcontractor logs.
L Record Drawings' Review record drawings prepared by the Contractor, and prepare a
conformed set of project record drawings based on Contractor provided information and from
inspection notes. Record drawings to be verified on a monthly basis, as part of the progress
payment tothe Contractor. Upon project completion, contractor provided markups will be
verified for completeness and supplemented with inspection information. The Consultant will
provide the marked up plan sheets with both the contractors and inspectors as-built
information. Revisions to the CAD drawings will be based on these construction records.
M. Physical Completion Letter: Following completion of all punch|ist work, prepare physical
completion letter to the contractor, and recommend that City and/or Utilities accept the
project.
N. Project Closeout: Transfer all project documents to the City for permanent storage.
w
Schedule review comments
°
As-built schedule
~
Meeting agendas and notes
�
Monthly Pay Estimates
Cascade View SRTI— Phase 2 Page 5uf8 KP6
Construction Management Services 113117
10
I Uwl���
* Subcontractor Packets
*
Cost Projection
�
Physical Completion Letter
*
Final Project Documents
TASK 4.2—SUBK8 PROCESSING
A. Submittals: Coordinate review process for shop drawings, samples, traffic control plans, test
reports, and other submittals from the Contractor for compliance with the contract documents.
Key submittals to be transmitted to the City for their review and approval. Submittals shall be
logged and tracked.
B. Request for Information (RPD: Review and respond tuRR's.RR's shall be logged and tracked.
C. Record of Materials (ROM): Utilize ROM prepared by VVSDOTand update based on Special
Provisions and Plans for use on the project, based on the contract specifications. The ROM will be
maintained by the Resident Engineer. The ROM will track all of the materials delivered to the site
including manufacturer/supplier, approved RAM's, OPL items, material compliance
documentation, and all other required documentation.
Deliverables
�
Submittal log
w RR Log
Completed Record of Material for Material Certification
TASK 4.3— CHANGE MANAGEMENT
A. Case Log: Develop and maintain o case |uR which includes change orders, RFP's, Field Work
Directives
B. Change Orders: Develop change orders and provide technical assistance to negotiate change orders,
and assist in resolution of disputes which may occur during the course of the project. Each change
order will be executed in accordance with VVSDOTStandard Specifications and contain the following:
• Change order
• Independent Cost Estimate
• Time Impact Analysis
• Contractor's Pricing
• Verbal Approval Memo
• Back up documentation
C. Field Work Directives: Prepare field work directives as necessary to keep the contractor on schedule.
D. Minor Change Orders: Develop minor change orders perVVSDOT Standard Specifications. Each
minor change order will be executed and contain the following:
• Independent Cost Estimate
• Verbal Approval Memo
• Back updocumentation
E. Force Account: Track contractor force account labor, equipment and materials. All force account
calculations will be verified by the engineer and double checked by the documentation specialist.
Cascade View SR7I— Phase 2 Page 6ofO KYG
Construction Management Services 213117
11
Deliverables
• Change Order(s)
• Case Management Log
• RFI Log
• Minor Change Order(s)
• Force Account Records
Cascade View SRTS — Phase 2 Page 7 of 8 KPG
Construction Management Services 113117
12
AMMI-w-
Consultant Fee Determination
Project Name:
Consultant:
COST PLUS FIXED FEE
Classification
Project Manager
Project Engineer
Design Engineer
CAD Technician
Construction Inspector
Survey Crew
Document Specialist
Office Admin
Total Direct Salary Cost (DSC)
Overhead (131.49% x DSC)
Fixed Fee (30% x DSC)
City of Tukwila
Cascade View SRTS - Phase 2
Supplement 2 - Construction Services
Hours
Rate
Cost
23
$
70.69
$
1,625.87
324
$
51.00
$
16,524.00
80
$
43.26
$
3,460.80
16
$
29.50
$
472.00
736
$
29.50
$
21,712.00
0
$
58.00
$
-
260
$
46.75
$
12,155.00
215
$
29.50
$
6,342.50
1,654 $ 62,292.17
r
'41 .10 M I Dews ;1�
$ 18,687-65
Subtotal: $162,887.80
Mileage $1,500
Miscellaneous - Mileage, Repro, Field Supplies $1,000
Subtotal: $2,500
SUBCONSULTANT COSTS
Material Testing Allowance $15,000
Subtotal: $15,000
TOTAL
$ 180,387.80
13
HOUR AND FEE ESTIMATE
Project: City of Tukwila
Cascade View SRTS - Phase 2
Supplement 2 - Construction Services
EXHIBIT B
Project Res(dent Design ".;; CAD "=�Const Survey ; Document: Docu
vlanager Enginoer ;:.:Engineer, I Technician r <`Inspector v .Grew Specialist
• Architecture •
1 nndsenpc Architecture
• Civil 1 iiginecring •
1 - Management, Coordination, Administration (Estimated duration 23
Weekly level of effort by Classification 1
Preconstruction Budget Estimate
23
0
0
0
0
0
0
23
6,025.71 !,
2 - Preconstruction Services (Estimated duration 3 weeks)
Weekly level of effort by Classification
12
16
12
Preconstruction Budget Estimate
0
36
0
0
48
0
36
0
12,904.53
3 - Construction Services (Estimated duration 16 weeks)
Weekly level of effort by Classification
16
40
10 10
Construction Period Budget Estimate 0
256
64
0
640
0
160
160
122,650.94
4 - Closeout/Record Dwg Services (Estimated duration 4 weeks)
Weekly level of effort by Classification 0 8 4 4 12
16
Closeout / Record Dwg Budget Estimate
0
32
16
16
48
0
64
32
21,306.62
Subtotal - 'Labor
Reimbursables & Subconsultants
23 " ' -324 80 16 736 1 , 0 260 215 $ 162,887.80
Material Testing Allowance $
Mileage $
Miscellaneous - Mileage, Repro, Field Supplies $
15,000.00
1,500.00
1,000.00
Subtotal - Reimbursables
$ 17,500.00 II
Total Project Budget
180,387.80
3/2/2017
City of Tukwila
Allan Ekberg, Mayor
TO: Transportation & Infrastructure Committe
FROM: Bob Giberson, Public Works Director
BY: Mike Perfetti, Habitat Project Manager
CC: Mayor Ekberg
DATE: April 07, 2017
SUBJECT: Riverton Creek Flapgate Removal
Project No. 99830103
Consultant Selection and Agreement
ISSUE
Approve OTAK, Inc. to design the Riverton Creek Flapgate Removal Project.
17_Ta:(�1T�1�P►17
The Riverton Creek Flapgate Removal Project began in 1999 with the goal of restoring salmon access to Riverton Creek
through the removal of culverts and flapgates at the mouth, which are a partial barrier to salmon migration. Early work
included project feasibility and preliminary design plans, which could be used to apply for project grant funding. Now, with
committed City funding and two grant applications pending approval, City staff would like to resume project design and
permitting.
DISCUSSION
The current MRSC Consultant Roster was reviewed and four firms were short- listed to submit proposals. The firms were:
DEA; Herrera; OTAK; and Parametrix. The proposals were reviewed and scored against stated criteria by a panel of three
staff members. OTAK received the highest score and was selected as the firm that best met the project's requirements.
OTAK was also recently contracted by the City to assist with the City's NPDES Phase II — Low Impact Development (LID)
code update.
FINANCIAL IMPACT
After negotiations, OTAK will provide design and permitting services for the Riverton Creek Flapgate Removal Project for a
fee of $105,363.00 and the 2017 CIP has $108,000.00 budgeted. There is also a 2016 Puget Sound Acquisition and
Restoration (PSAR) grant awaiting a state appropriation of up to $551,070.00, which is anticipated to become available
following the current legislative session.
Council is being asked to approve the design consultant agreement with OTAK, Inc. in the amount of $105,363.00 for the
Riverton Creek Flapgate Removal Project and consider this item on the Consent Agenda at the April 17, 2017 Regular
Meeting.
Attachments: Location Map
2017 CIP, Page 108
Consultant Agreement
W: \PW Eng \PROJECTS\A- DR Projects\Riverton Flap Gate Removal (99830103 98 -DR03) \Consultant Selection\Phase 2 \scoping \Info Memo Otak PE 040717 gl SM.docx 15
VICINITY MAP
NOT 10 SXALE
16
CITY OFTUKVVLA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT: Riverton Creek Flap Gate Removal Project No. 99830103
EXPENSES
Remove u�u�opendhanne|con�uonco
'
DESCRIPTION:
�
'
install trail bridge over new channel, 200 feet of creek channel and 450 ft. of pond shoreline.
Increase available aa|monid rearing habitat and increase flood refuge in |owerDuwamiuh River. Improve
JUSTIFICATION:
fish access to Riverton Creek and enhance salmon rearing and resting area.
Design at7U% completion in2O11 with a Salmon Recovery Funding Board grant of $42' 500 and B3O' O0O
STATUS:
from People for Puget Sound. Construction iu grant dependent.
K8A|NT.|MPACT:
Expected 10 increase maintenance.
108
mponodgrants indudeState & Federal habitat granta Pr�e��used as mitigation for East Marginal VVay
COMMENT:
�
Pipe Replacement Project and HPAContm|#133783'1 requires work toba completed by June 11.2O18.
FINANCIAL
Through Estimated
on$uoo'y)
2015 201 20117 201 ooie 2o2u xoni nonn RFvomn rMA/
EXPENSES
Design
114
10
108
232
Const. Mgmt,
100
100
Construction
650
650
TOTAL EXPENSES
1 1141
10
108
750
01
0
0
0
0
982
FUND SOURCES
Awarded Grant
72
72
Proposed Grant
550
550
Mitigation Actual
0
Mitigation Expected
0
pt
17
oo/r'u0uu Capital Improvement Program 108
CONSULTANT AGREEMENT FOR
DESIGN & PERMITTING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City ", and OTAK, 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 design and
permitting services in connection with the project titled Riverton Creek Flapgate Removal
Project.
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 within 365 calendar days, 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.
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 $105,363.00 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.
18
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:
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.
19
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.
20
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.
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:
11241 Willows Road NE Suite 200
Redmond, WA 98052
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.
21
DATED this day of 120
CITY OF TUKWILA CONSULTANT
Allan Ekberg, Mayor
Attest /Authenticated:
City Clerk, Christy O'Flaherty
By:
Printed Name:
Title:
Approved as to Form:
Office of the City Attorney
22
Exhibit A - Scope of Work
Riverton Creek Flapgate Removal Project
City of Tukwila
April 03, 2017
Otak Project No. 32740
Introduction and Background
Tukwila has adopted policies to identify and restore habitat and ecological function along the
Duwamish River where restoration can succeed with existing conditions and adjacent uses. The
removal of flapgates and perched culverts at the outlet of Riverton Creek is a key opportunity to
remove a fish barrier and re -open a historical stream outfall and restore rearing and migrating habitat
adjacent to the Duwamish.
For this project, the City is requesting Otak to finalize the design of the Riverton Creek Flap Gate
Removal improvements initiated by a previous consultant working for the City. This will include
taking the 75- percent design to final design and preparing construction documents, updating
environmental assessment reports and technical supporting documents, and providing technical
support to obtain permits. This project may also include construction support services.
Based on our discussions with the City, the project will be accomplished in two phases — Phase 1 -
Intake Review and Charter Meeting, Phase 2 - Permitting and Final Design. If construction support
or other supplemental services are requested, a supplement will be submitted to add Phase 3
services. This scope of work describes activities within the first two phases — initially with broad
terms, and then with specific tasks for each phase.
Phase I— Intake Review and Charter Meeting
The first step we will take is performing a detailed review of the 75- percent design including all
reports and supporting documentation made available by the City. This review will include a field
visit to assess the existing conditions and note any discrepancies from the data and descriptions
from the 75- percent design which was performed from 2009 -2011. The Intake Review will also
include development of a simple Permitting Strategy Plan that identifies all regulatory requirements
and design criteria for various agencies so that permitability of all project elements can be
confirmed. After the Intake Review, we will facilitate a project Charter Meeting with Tukwila to
assess how project challenges have been addressed as part of the completed existing design (75-
percent level) and what will need to be addressed by the Otak team.
After the Charter Meeting has been completed, but prior to completion of Phase 1, Otak will review
the scope of work for Phase 2 and, if required and authorized by the City, make any adjustments in
the scope, schedule and budget for City review and contract processing. Upon completion of Phase
23
1, a contract supplement will be prepared, if necessary, to carry the project into final design and
construction document preparation. Otak will not proceed beyond Phase 1 Intake Review and
Charter Meeting without authorization of the City.
Phase 2 — Permitting and Final Design
In Phase 2, Otak will bring the 75- percent plans completed by another consultant up to a 100 -
percent complete construction documents, including plans, specifications, and construction cost
estimate (PS &E).
Project Criteria
The City will designate the project parameters and design criteria. Reports and plans, to the extent
feasible, shall be developed in accordance with the latest edition and amendments as of the date of
the Notice to Proceed, of the following documents. Changes in any design standards or
requirements after work has begun may result in Extra Work.
City of Tukwila
City of Tukwila Infrastructure Design and Construction Standards 2010
City of Tukwila Development Guideline and Design and Construction Standards
City of Tukwila Comprehensive Plans, including Sewer, Water, Surface Water and Land Use
King County
• King County Surface Water Design Manual (KCSWDM) 2016
Washington State Aquatic Habitat Guidelines Program
• Stream Habitat Restoration Guidelines 2012
• Integrated Streambank Protection Guidelines 2002
Washington State Department of Fish and Wildlife (WDFW)
• Water Crossing Design Guidelines 2013
Washington State Department of Transportation (WSDOT)
Washington State Department of Transportation Standard Specifications for Road, Bridge, and
Municipal Construction (M41 -10) 2016
• Standard Plans for Road, Bridge, and Municipal Construction (M21 -01)
United States Department of Transportation, Federal Highway Administration (FHWA)
• Manual of Uniform Traffic Control Devices (MUTCD) as amended and approved by WSDOT
American Association of State Highway and Transportation Officials (AASHTO)
24
• LRFD Bridge Design Specifications, Fourth Edition, 2007 and the current Interims
• A Policy on Geometric Design of Highways and Streets, 5 "' Edition, 2004
• Guide for the Development of Bicycle Facilities 1999
Project Schedule
The preliminary project schedule will be developed upon notice to proceed for the project and
updated as changes occur. The anticipated major milestones are:
Phase Milestone
1 Intake Review
1 Charter Meeting
1 Submission of Joint Aquatic Resource Permit Application DARPA)
2 Preparation of 100 - percent Plans, Specifications, and Estimate
The duration of the reviews by the City, WSDOT, WDFW, Ecology, and the Corps of Engineers
will be provided in the project schedule. Mutually agreeable changes to the project schedule, whether
initiated by the City or Otak, may be the basis for adjustments in the project budget.
Items and Services to Be Furnished by the City
The City will provide the following items and services to Otak that will facilitate the engineering
design and preparation of the construction documents for work within the limits of the project.
Otak is entitled to rely on the accuracy and completeness of this and other data furnished and
represented by the City and others, including but not limited to survey, and hydrologic and hydraulic
analyses.
• Available as -built drawings and information on other projects in the immediate vicinity.
• Topographic survey needed for the project in AutoCAD format (2007 or compatible), including
field locates of utility markings, sensitive area delineation flags, potholes and boring locations.
Included in the survey work provided by the City will be any bathymetry or underwater
surveying required for the project.
• Boundary mapping including right -of -way determination and property lines adjacent to project
vicinity.
• Final stamped and signed right -of -way plan, based on proposed project needs determined by the
Consultant.
• Rights -of -entry upon all lands necessary for the performance of the work, including official
notices to property owners and agencies.
• Timely reviews of Otak submittals at the mutually agreed upon times set forth in the project
schedule and the consolidation of all review comments by others onto one review set prior to
return to Otak.
• Payment of all application reviews and /or permit fees.
25
Compilation, reproduction, and distribution of Bid Documents to potential bidders and
interested parties.
• Mailing list preparation and distribution cost for public notices.
• Advertisement for Bid
PHASE I— INTAKE REVIEW AND CHARTER MEETING
Task I — Project Management(Phases I and 2)
1.1 Project Management and Coordination
Otak will manage contract issues, coordinate execution of the project, and meet periodically with the
City project manager and City staff. Some of the tasks include:
• Preparing a work plan.
• Conducting a kickoff meeting at the beginning of the project.
• Meeting with the City project manager and /or staff periodically.
• Modify Phase 2 services of the project, if required and authorized by the City.
A project work plan will be prepared and a kickoff meeting held at the start of the project to define
project goals and design criteria, and to discuss project approach, process and schedule with the
design team. A project schedule (MS Project) will be developed and maintained as part of this task.
Otak's project manager will provide direction to the project team, including subconsultants, and
conduct project coordination meetings with appropriate task leaders. The project manager will
monitor the project planned budget versus actual progress and take corrective actions if necessary.
Otak will prepare and submit monthly invoices and a brief progress report to reflect progress over
the last billing period and anticipated activities over the next billing period.
1.2 Quality Assurance /Quality Control (QA/QC)
The project work will receive quality checks at appropriate junctures in the progress. Specifically, the
design plans, cost estimates, technical memoranda, and reports will be reviewed by at least one
senior design team member with knowledge of the subject matter and by Otak's Project Manager/
Principal in Charge.
Assumptions:
1. Otak's Project Manager will meet face to face with the City Project Manager and or Project
Engineer on as- needed basis. For budget purposes, Otak will assume four meetings, excluding
kick -off meeting; one meeting will be held at Otak's office. Meeting time for the Project
Manager and Principal In Charge is budgeted under this task. Meeting time for other design
team members is budgeted under the tasks each works on.
26
2. Internal project team coordination meetings will be held on a monthly basis during the project
duration. These meetings will be in addition to the coordination meetings held with the City, but
budgeted as part of the specific work tasks.
3. QA /QC will be required for review of plan sheets, specifications, cost estimates, and technical
memoranda. Calculations for structures and hydrologic and hydraulic modeling are provided by
Tukwila and are not included in this scope of services, if need calculations will be provided as an
additional service.
4. Phases 1 and 2 will be completed in three (3) months.
Deliverables:
1. Monthly Invoices and Progress Reports.
2. Project Work Plan.
3. Meeting summary notes.
Task 2 — Intake Review
2.1 Review Existing Data
Otak will gather information pertinent to the project and review the base map prepared by the City
for project use. Some of the tasks include the following:
• Conduct a site visit to become familiar with the site conditions and take photographs, gather
field measurements, and record observations.
• Coordinate with the City to collect available information pertinent to the project, including the
following documents prepared in association with the 75- percent plans:
• Critical Areas Assessment for Riverton Creek Flap Gate Removal Project
• Riverton Creek Flap Gate Removal Hydraulic Analysis
• Riverton Creek Flap Gate Removal Project- Flood Prevention Feasibility Study
• Riverton Creek F lap Gate Removal Project- Preliminary Stream Enhancement Plan
• Report- Geotechnical Engineering Services Proposed Pacific Highway South Bridge
• Riverton Creek Flap Gate Removal Project Wall Strengthening Feasibility Study
• King County Assessor's Map
• 75- percent PS &E
• Concept Plan
Request additional information as needed for project use.
2.2 Site Reconnaissance
Otak will perform site reconnaissance to confirm the characterizations and delineations shown in
the existing project reports are still valid, and that these are sufficient to support the permit
applications. The following features will be included in the reconnaissance:
• Confirmation of previously conducted wetland delineation and characterization.
• Confirmation of Stream habitat conditions.
27
• Confirmation of Existing surficial conditions.
• Confirmation of Retaining wall conditions.
2.3 Intake Review Memo and Develop Design Criteria
Otak will document the design criteria for stream restoration, bridge, retaining walls, storm drainage,
trails and utilities in a technical memorandum for review and comment by the City prior to the
Charter Meeting. The City's comments will be incorporated into the intake memorandum during
Phase 2.
2.4 Develop Permitting Strategy Plan
Otak will identify all regulatory requirements for various agencies so that the applications for permits
from local, state, and federal agencies can be completed. Otak will identify what additional studies
and drawings that need to be completed to submit permit applications. These additional studies and
drawing details will be documented in a technical memorandum for review and comment by the City
prior to the Charter Meeting. This task will also include pre - application meetings with the US Army
Corps of Engineers (COE), the Washington Department of Fish and Wildlife (WDFW), and
representatives of the Native American Tribes presumably the Muckleshoots Tribes (Tribes).
Deliverables:
1. Intake Review and Design Criteria technical memorandum
2. Permitting Strategy Plan technical memorandum
Assumptions:
1. The City will provide the base map and 75- percent plans in AutoCAD format (2007 or
compatible), and will provide additional survey to pick up delineation flags, center -line of stream
flags, etc. as necessary to complete the project.
2. The City will provide the existing information and requirements relevant to the project as
available, including as -built drawings and information on utilities.
3. Project management Phase 1 and 2 is 6 -month duration.
Task 3 — Coordination Meetings
Otak will facilitate a project charter session with City staff to assess how the project goals and
challenges have been addressed through the existing reports and the existing 75- percent plans. We
will discuss our understanding of the design criteria (Task 2.3) and our proposed permitting strategy
(2.4). We will present our recommendations for completing the permit applications (Task 4.1) based
on these discussions, including any additional studies that may be required for these permit
applications. Otak will prepare meeting minutes summarizing the discussions and decisions made
during the meeting, and actions items noting the person responsible and the anticipated schedule for
28
completion. A Draft of the Meeting Minutes will be circulated, and revisions incorporated into the
Final Minutes.
Otak will attend one permit pre - application meeting in the field with representatives from permitting
agencies and WSDOT.
Deliverables:
1. Meeting Agenda.
2. Draft and Final Meeting Minutes.
Assumptions:
1. The City will provide list of requested attendees and send out invitations to them.
2. The City will provide a suitable meeting room, with audio - visual equipment.
PHASE 2— PERMITTING AND FINAL DESIGN
The scope and fee for this task will be updated, if necessary and authorized by the City, after the
Phase 1 Intake Review and Charter Meeting is completed.
Task 4 — Permitting, Environmental Review and Coordination
The objective of this task is to identify and assist with acquiring all the permits, environmental
review and coordination required for this project. Permitting and regulatory compliance will be done
in parallel with design development. Any additional studies necessary to complete the permit
applications will be considered additional work and an amendment will be submitted if requested by
the City.
4.1 DARPA Preparation
Otak will provide project specific information for a Joint Aquatic Resources Permit Application
QARPA) for the project based on the existing 75- percent design stage. The DARPA and existing
Critical Areas Report will be used to apply for and support a Washington State Department of Fish
and Wildlife (WDFW) Streamlined Hydraulic Project Approval (HPA) for a fish habitat
enhancement project. The City will prepare the complete application and manage the submittal.
4.2 Specific Project Information Form (SPIF)
29
In order to comply with the Endangered Species Act (ESA), Otak will prepare a Specific Project
Information Form (SPIF), per the Programmatic Biological Assessment (PBA) for Restoration
Actions in Washington State and associated Biological Opinion (131Op).
4.3 Cultural Resources
Otak will review the cultural and historic resource investigation completed for the Tukwila
International Boulevard bridge project. That investigation may need to be supplemented to include
the City's project. If additional cultural resource investigation is required, that work will be included
in a supplement submitted to the City, if requested.
4.4 Ecology Construction Stormwater General Permit
Otak will prepare a Notice of Intent (NOI) to be submitted electronically to the Washington State
Department of Ecology. The Consultant will prepare a Stormwater Pollution Prevention Plan
(SWPPP) for the project for the project construction site.
4.5 Wetland Delineation
Otak will field verify the wetland delineation prepared as part of previous work conducted for the
project's critical areas assessment, and will update site conditions by conducting a wetland
delineation for the project. Otak biologists will conduct a wetland delineation using the Corps of
Engineers Wetlands Delineation Manual (1987) as amended, and the Regional Supplement to the Corps of
Engineers Wetland Delineation Manual- Western Mountains Valleys and Coast Region (2010), as required by
the City of Tukwila, Washington Department of Ecology, and the U.S. Army Corps of Engineers.
Wetland ratings for project wetlands will be determined using both the 2004 Wasbington State Wetland
Rating System for Western Washington per Tukwila Municipal Code (TMC) 18.45.050(B), as well as the
updated Washington State Wetland Rating System for Western Washington (Hruby, 2014. Wetland buffer
widths will determined per TMC 18.45.050(D). Otak will collect field data to allow for
characterization and designation of watercourses and fish and wildlife conservation areas in the
project vicinity, and will establish buffers for these critical areas per TMC 18.45.100 and 18.45.150.
Otak will prepare a critical report for the project, including wetlands, watercourses, and fish and
wildlife conservation areas.
4.6 Agency Meetings
Otak will attend meetings with City staff and representatives from regulatory agencies and interested
tribal representatives. Field meetings will be conducted to explain project goals and objectives,
project design, and to facilitate the permitting and regulatory compliance process. The first field
meeting, after the pre - application meeting, will be determined upon completion of the intake review
and charter meeting, preferable after the 75% plans have been updated. A second meeting will be
schedule with the regulatory agencies, at Otak or Tukwila's office, to review the 90% plans.
W
4.7 Permit Support
Otak will provide support to the City for communications with state and federal permitting and
regulatory agencies, as well as any interested tribal representatives, for the duration of the project.
This task includes addressing all comments and answering questions concerning environmental
documentation and permit application materials.
Deliverables:
1. List of all permits, environmental review and special studies required to finalize design and
construct this project.
2. Field meeting summary memorandum for each one (Electronic PDF).
3. One draft and one final Critical Areas Report (Electronic Microsoft Word and PDF, and hard
paper copies as needed by each permit).
4. One draft and one final of Joint Aquatic Resources Permit Application (DARPA) supporting
drawings (Electronic PDF, and hard paper copies as needed by each permit).
5. One draft and one final of Specific Project Information Form (SPIF) (Electronic Microsoft
Word and PDF, and hard paper copies as needed by each permit).
6. Application (NOI) for Ecology Construction Stormwater General Permit submitted on -line.
SWPPP submitted to the City.
7. One draft and final application package for each permit and environmental review (Electronic
PDF and hard paper copies as needed by each permit).
Assumptions:
1. The City will be the main point of contact with the permitting agencies.
2. This task does not include geotechnical exploration and analysis.
3. The Critical Areas Report for this task includes wetlands, streams and other fish and wildlife
habitat conservation areas, and will not include information and analysis associated with
frequently flooded areas, geologically hazardous areas, and /or aquifer recharge areas.
4. The project will be designed and qualify as a Fish Enhancement Project and will receive a
streamlined Hydraulic Project Approval (HPA), per Regulatory Code of Washington RCW
77.55.181 and Washington State Department of Fish and Wildlife.
5. As a Fish Enhancement Project, the project will be exempted from the requirements of SEPA,
and no SEPA environmental checklist will be prepared as part of this scope. If SEPA is
required, then the City will prepare the SEPA documents based on design documents prepared
by Otak under the tasks in the approved scope of services.
6. The project may require local (City of Tukwila) permits, including critical areas ordinance
compliance, shoreline permits, flood hazard permits, and other relevant local permits.
Applications and support documentation for local permits will not be prepared as part of this
scope, if required, Tukwila will complete and submit the required local permit applications.
31
7. The JARPA and the Specific Project Information Form (SPIF) will be used to obtain ESA
compliance and to support the application for a Department of the Army (Section 404)
Nationwide 27 permit from the Corps of Engineers.
8. The project will be designed to meet the criteria of one or more of the restoration actions
outlined in the Programmatic Biological Assessment (PBA) for Restoration Actions in
Washington State and associated Biological Opinion (131Op).
9. An individual Biological Evaluation or Biological Assessment will not be prepared as part of this
scope.
10. The Army Corps of Engineers, National Marine Fisheries Service, and U.S. Fish and Wildlife
Service will concur that the project meets the criteria of one or more of the restoration actions
outlined in the PBA /BiOp.
11. The project will result in a No Effect or a May Affect, Not Likely to Adversely Affect
determination for listed fish species that may occur in the project action area.
12. The project will not require compensatory wetland or stream mitigation, and no compensatory
mitigation plan is included in this scope.
13. A monitoring plan for post - construction project performance will not be prepared as a
component of this scope.
14. The project will not require an individual Section 401 Water Quality Certification from
Washington State Department of Ecology (Ecology). However, Ecology will receive the
project's JARPA application so that they can make an official determination that no Ecology
permits are required for the project.
15. Ecology Construction Stormwater General Permit will be required.
16. The Consultant is not responsible for transfer of coverage for the Construction Stormwater
General Permit for the project.
17. The Consultant is expected to follow up and address any comments that may arise in the permit
review process.
18. Riverton Creek stream characterization will be taken from the existing Critical Areas Assessment
and the existing Stream Enhancement Plan for the project.
19. There will be up to two field meetings with City staff, representatives from permitting agencies,
and tribal organizations.
20. Any additional studies identified during the Charter Meeting will be completed under Task 14.
Task 5 — Final Design
This is based on updating the plan sheeting provided by Tukwila for the 75% complete plans. Plans
will be reviewed during the Intake Review and Charter Meeting (Phase 1: Tasks 2 and 3) to
determine if additional sheets are needed to provide a complete project bid package. If necessary,
the preliminary scope and fee estimate for this task will be revisited and a supplement will be
submitted for the work to provide additional sheets.
32
Plans will be submitted at the 90- percent, 100 - percent, and Final (Bid Set) design levels for review
and comment by the City. Each submittal will be provided to the City in .pdf format or other
reproducible electronic format. When the 100 - percent design plan set has been approved by the
City, Otak will provide a full -size .pdf set, sealed by a Washington state registered Professional
Engineer (PE), Structural Engineer (SE), Professional Landscape Architect (PLA), or Professional
Land Surveyor (PLS) as appropriate, with electronic files in AutoCAD.
After the City has reviewed the 90- percent submittals, a meeting will be held at the City to discuss
review comments. Otak's project manager and up to three designers will attend. The preliminary
sheet list used to estimate the budget for this task is based up on updating only the 16 plan sheets
provided by the City for the 75- percent design, with the addition of 2 sheets for details.
5.1 Final Design and Plans Sheets (18 updated sheets)
I. General Plan Sheets (3 sheets)
Otak will update the cover sheet and the construction staging plan provided by Tukwila showing
table of contents, vicinity map, and existing conditions survey basemap and staging plan. Otak will
also a new plan sheet, which includes a legend, abbreviations general construction notes.
2. Construction Traffic Control ,Trail Detour and Staging Plan (I sheet)
Otak will update the existing 75- percent design plans to finalize plans and details showing the detour
route and signage for closing of Green River Trail between Tukwila International Boulevard at
South 1121' Street and East Marginal Way at South 116' Street. Otak will prepare a final plan
showing the construction staging areas and traffic control requirements. Detailed traffic control
plans will be prepared by the Contractor during construction for approval by the City.
3. Temporary Erosion and Sediment Control Design (2 sheets)
Otak will update the existing 75- percent design plans to finalize plans and details showing the
temporary erosion and sediment controls for protecting the water quality of Riverton Creek and the
Duwamish River during construction. These drawings can be used for the Stormwater Pollution
Prevention Plan.
4 Creek Grading, Trail Restoration, and Bank Armoring Design (5 sheets)
Otak will update the grading plans and details for restoring a stable stream channel and floodplain,
with scour counter - measures and habitat features, this will include grading the floodplain, creek
bankfull channel, and a low flow channel under the new bridge, and will include channel stability
and habitat enhancement features including live Vegetation (included in Task 8.1.8). Large Woody
Debris (LWD), riprap scour counter - measures including details.. The grading design will
compliment and fit to the slope protection along the south side of the Duwamish River.
33
Otak will prepare landscaping plans and details for revegetation of Riverton Creek and for edge
restoration along Green River Trail. Decorative features added to the bridge or retaining walls will
be detailed on the bridge or wall plans.
5 Bridge Design (4 sheets)
Otak will update the bridge plans for construction of Green River Trail Bridge over Riverton Creek.
The plans will include the following information:
• Bridge layout and roadway profile.
• General notes, design criteria and material specifications.
• Construction sequence of new bridge.
• Foundation type, dimensions and details.
• Design details and dimensions of the bridge and structural components, including bridge
abutments, superstructure framing and deck, bearing details, and pedestrian railings.
• Attachment details for utilities on the bridge and transitions.
• Concrete finishing, and aesthetic features of bridge (as required).
6 Retaining Wall Design (3 sheets)
Otak will update the design and details for the retrofit of the sheet pile wall along Tukwila
International Boulevard Bridge approach. Based on the 75- percent design, it is anticipated that the
retrofit will consist of tie -back anchors extending behind the wall into the roadway approach fill.
In addition, it is estimated that there will be two new structural walls, one at each corner of the north
side of the bridge. Based on the existing 75- percent design, the existing retaining wall on the south
side will be utilized to the extent feasible to support the Riverton Creek Grading. The new wall
system will be either cantilevered or attached to the bridge foundation.
A computer - modeled visualization of the proposed project will be prepared to assist with public
outreach efforts.
Deliverables:
1. Stamped structural calculations sealed by a Washington state registered SE.
2. Stamped plan sheets as described in the estimated sheet list below.
3. Electronic copy of AutoCAD files.
Assumptions:
Green River Trail will be closed to pedestrian and bicycle traffic for the duration of the project.
No staged construction will be necessary.
2. The Contractor will design temporary structures required during construction.
CM
5.2 Specifications
Otak will provide specified General Special Provisions (GSP) and project- specific Special Provisions
for Divisions 2 —10, as necessary, to supplement the WSDOT /APWA Standard Specifications for
Road, Bridge and Municipal Construction. Otak will also review Division 1 of the Contract
Provisions for the project, prepared by the City, and provide comments and revisions as necessary.
Otak will prepare an estimated construction schedule to determine the number of working days for
the construction contract, for review by the City at approximately the 90 percent design level.
Assumptions:
1. The City will provide the boilerplate for the Proposal and Division 1 of the Contract Provisions,
and seal that portion of the Contract Provisions.
2. Specifications will be based on the 2016 edition of WSDOT /APWA Standard Specifications for
Road, Bridge and Municipal Construction, current amendments, City requirements, and General
Special Provisions.
3. This scope assumes that the project will be advertised for bid before April 2018 such that the
2016 edition of the Standard Specifications will be used.
Deliverables:
1. Special Provisions at 100 - percent design (pdf format and MS Word format)., sealed by a
Washington state registered PE.
2. Estimated construction schedule, draft and final in Microsoft Project (.mpp and .pdf format).
5.3 Construction Cost Estimates
Otak will compile the quantities and estimated construction cost (i.e., engineer's estimate) at 90-
and 100 - percent level design for submittal to the City. The estimate will be prepared using
historical unit prices from the WSDOT Unit Bid Analysis, City of Tukwila's recent projects, as
appropriate, and other pertinent data. The water main bid items will be separated into a separate
bid schedule for sales tax assessment.
Deliverables:
1. Construction Cost Estimate at 100 - percent design (.pdf and MS Excel spreadsheet format).
2. Quantity calculations, with assumptions noted, at 100 - percent design (.pdf format).
SUPPLEMENTAL SERVICES (Not Included in Authorized Contract)
Otak has identified the following potential supplemental services that may be required by the City or
permitting agencies. If requested by Tukwila, detailed scope and fee will be submitted for any
supplemental services which could include:
35
• Geotechnical Exploration and Analysis
• Utility Coordination
• Design Report
• Stream Hydrologic and Hydraulic Analyses to Support Final Design
• Structural Design to Support Final Design
• Construction Support Services
• Supplemental Survey and Easement Documentation.
• Supplemental Studies to Support Permit Requirements.
• Cultural Resources Investigation and Reporting.
• Public Meetings and Stakeholder Coordination.
• Grant Application Assistance
W
Exhibit B - Fee Estimate
City of Tukwila - Riverton Creek Flapgate Removal Project
Otak, Inc., Project 32740
Task Description
Phase 1 - Intake Review and Charter Meeting
Task 1 Project Management (6 -mo for Phases 1 and 2) - 3 months
1.1 Project Management and Coordination
1.2 Quality Assurance/Quality Control
Trail Structural
16
16
Task 2 Intake Review
2.1 Review Existing Data 8
2.2 Site Reconnaissance 6
2.3 Intake Review and Develop Design Criteria 12
2.4 Develop Premitting Strategy Plan 4
Task 3 Coordination Meetings
2 14
2
4
Phase 1 Total Hours 10 76 4 19
Total Labor Cost, including Overhead and Profi t S 2,346 $ 10,252 $ S 757 S 2,507 $ 5 531 $
Direct Expenses
Phase 1 Project Total
4
Environmental Water Resource Stream Assessment Landscape CADD Adrnin
Permitting and Final Design (scope and fee to be refined based on
Phase 2 - Phase 1, if needed)
Task 4
Permitting, Environmental Review and Coordination
4.1 JARPA Preparation
4.2 Specific Project Information For (SPIF)
43 Cultural Resources
4.4 Ecology Construction Stormwater General Permit
4.5 Wetland Delineation
4.6 Agency Meetings
47 Permit Support
4 2 54 56 104 18
2 4 8 16 2
4 16
2
4
24 32 72
8 8
12 8
Task 5 Final Design
5.1 Design and Plans (to finalize existing 16 sheets) 2 44 14 56 61)
5.2 Specifications - all new specifications based on template provided 2 26 12 12 56
5.3 Construction Cost Estimates (updating Estimate and quant provided) 2 14 14 18 28
Phase 2 Total Hours
Total Labor Cost, including Overhead and Profit
Direct Expenses
Phase 2 Project Total
Project Total Hours (Phases 1 -2)
Billing Rate (including OH and Profit)
Total Labor Cost, including Overhead and Profit
Direct Expenses
Project Total (Phases 1 -2)
132741 - Riverton Creek
Cpl
Removal budget 040317
16
x
4
2
271 5
x
O
O U
Geotech
12 32 $3,939 $3,939
4 28 $4,134 $4,134
10 $1,343 $1,343
10 $1,337 $1,800 $3,137
18 $2,418 $2,418
8 $1,070 $1,070
25 $3,546 $3,546
16 131
1,122 $ 17,786 $1,800 $ 19,586
$534 $ 534
$ 17,786 $ 534 $ 1,800 $ 20,120
6 244 $22,803
2 34 52,967 $2,967
2 22 51,647 $1,647
2 6265 $265
2 22 52,064 $2,064
128 511,330 $11,330
16 52,001) $2,000
20 52,5311 $2,530
28 6 28 250 828,815 $28,815
24 6 60 198 820,750 $20,750
11) 86 $10,392 $10,392
6 88 49 88 54 56 104 144 18 4 8 62 12 28 66 778
1,408 S 11,871 S S S 5,279 S 9,160 5 7,164 5 6,569 S 6,344 S 15,205 S 1,557 5 677 S 1,354 S 8,409 S 1,126 S 2,007 5 4,630 $ 82,760 $
$2,483
$ 82,760 $ 2,483 $
16 164 4 59 88 58 56 104 144 18 4 8 64 12 28 82 909
235 135 169 189 132 104 133 117 61 106 87 169 169 136 94 72 70
3,754 $ 22,124 S - S 757 S 7,786 S 9,160 $ 7,695 S 6,569 S 6,344 5 15,205 S 1,557 5 677 S 1,354 S 8,680 S 1,126 S 2,007 S 5,752
82,760
2,483
85,243
100,547 51,800 $ 102,346
$ 3,016 $ 3,016
100,547 $ 3,016 $ 1,800 $ 105,363
473/017