HomeMy WebLinkAboutREG 2017-07-17 Item 4C - Contract Amendment - 2017 Annual Small Drainage Program Construction Management with KPG Inc for $79,873.16COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
,,, review
Council review
07/17/17
BG
/ / tC
Q1,R
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Heating
Mtg Date
❑ Other
Mtg Date
/1
Mtg
SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance ❑ Fire ❑ IT ❑ P&R ❑ Police ■ PW
SPONSOR'S KPG is currently the design consultant for the 2017 Small Drainage Program with Contract
SUMMARY No. 17 -041. During construction, the City will need construction management support and
after reviewing three engineering firms, KPG was the most qualified. The construction bid
was awarded to McCann Construction on 6/19/17. Council is being asked to approve
Supplemental Agreement No. 1 for construction management with KPG in the amount of
$79,873.16.
REVIEWED BY ❑ COW Mtg. ❑ CA &P Cmte ❑ F &S Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm.
DATE: 06/27/17 COMMITTEE CHAIR: KATE
I Transportation
Cmte
❑ Planning Comm.
KRULLER
ITEM INFORMATION
ITEM No.
4.C.
CAS NUMBER:
STAFF SPONSOR: BOB GIBERSON ORIGINAL AGENDA DATE: 07/17/17
AGENDA ITEM TITLE 2017
Construction
Annual Small Drainage Program
Management Contract with KPG
CATEGORY ❑ Discussion
Mtg Date
Motion
Date 07/17/17
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Heating
Mtg Date
❑ Other
Mtg Date
/1
Mtg
SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance ❑ Fire ❑ IT ❑ P&R ❑ Police ■ PW
SPONSOR'S KPG is currently the design consultant for the 2017 Small Drainage Program with Contract
SUMMARY No. 17 -041. During construction, the City will need construction management support and
after reviewing three engineering firms, KPG was the most qualified. The construction bid
was awarded to McCann Construction on 6/19/17. Council is being asked to approve
Supplemental Agreement No. 1 for construction management with KPG in the amount of
$79,873.16.
REVIEWED BY ❑ COW Mtg. ❑ CA &P Cmte ❑ F &S Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm.
DATE: 06/27/17 COMMITTEE CHAIR: KATE
I Transportation
Cmte
❑ Planning Comm.
KRULLER
RECOMMENDATIONS:
SPONSOR /ADMIN.
COMMITTEE
Public Works
Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$79,873.16 $80,000.00 $0.00
Fund Source: 412 SURFACE WATER (PAGE 96, 2017 CIP)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
07/17/17
MTG. DATE
ATTACHMENTS
07/17/17
Informational Memorandum dated 06/23/17
Page 96, 2017 CIP
Qualification Review
KPG Supplement No. 1 to Contract No. 17 -041
Minutes from the Transportation & Infrastructure Committee meeting of 6/27/17
15
16
City of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Commit ee
FROM: Bob Giberson, Public Works Director %�
BY: Ryan Larson, Senior Program Manager
CC: Mayor Ekberg
DATE: June 23, 2017
SUBJECT: 2017 Annual Small Drainage Program
Project No. 91741201, Contract No. 17 -041
Supplemental Agreement No. 1 for Construction Management Services
ISSUE
Approve Supplemental Agreement No. 1 to Contract No. 17 -041 with KPG, Inc. to provide
construction management services for the 2017 Annual Small Drainage Program.
BACKGROUNfj
The Consultant Roster was reviewed and three engineering firms were evaluated to provide
construction management services for the 2017 Small Drainage Program (see attached scoring
and selection matrix). Each consulting firm evaluated has expertise in construction management.
All the firms evaluated are well qualified; however, KPG possesses the best overall knowledge
and understanding of the City's requirements. KPG has performed construction management on
other City projects as well as designed the 2017 Small Drainage Program.
DISCUSSION
KPG provided a supplement, scope of work, and fee estimate for construction management
services for the 2017 Small Drainage Program for $79,873.16. The project construction contract
with McCann Construction was awarded on June 19, 2017.
FINANCIAL IMPACT
Construction Mgmt. Sup No. 1
Sup No. 1 CM CM Budget
$79,873.16 $80,000.00
RECOMMENDATION
Council is being asked to approve Supplemental Agreement No. 1 to Contract No. 17 -041 for
construction management services with KPG, Inc. for the 2017 Small Drainage Program in the
amount of $79,873.16 and consider this item on the Consent Agenda at the July 17, 2017
Regular Meeting.
Attachments: 2017 CIP, Page 96
Qualification Review
Consultant Supplement No. 1 to Contract #17 -041
W:\PW Eng\ PROJECTS \A- DR Projects1Annual Small Drainage Programs\2017 SDP (91741201»ConstructionVt.100 • Contract Documents\O10'- Construction Contrac5nfoMemoConstmctionEngineering 2017
SDP.doc
17
W.
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT: Annual Small Drainage Program Project No. 9XX41201
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.
COMMENT: Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar
years.
FINANCIAL Through Estimated
in $000's
2015 2016 2017
2018
2019
2020
2021
2022
BEYOND TOTAL
EXPENSES
Design
74
80
80
80
80
80
80
80
80
714
Streamgages /Monitor
10
10
35
35
36
36
36
36
40
274
Const. Mgmt.
62
80
80
80
80
80
80
80
80
702
Construction
255
515
515
515
514
514
514
513
513
4,368
TOTAL EXPENSES
401
685
710
710
710
710
710
709
713
6,058
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
401
685
710
710
710
710
710
709
713
6,058
TOTAL SOURCES
401
685
710
710
710
710
710
709
713
6,058
Project Location:
Entire System
2017 - 2022 Capital Improvement Program
96
19
'3UI `Jd)1
V.
In
"qt
In
LO
in
Nt
M
SB ;EIOOSSb
+$ SW H
CO
Nt
CO
CO
CO
CO
V'
CO
N CD
N
EUEMy
co
Nr
v-
co
In
V
M
2017 SDP — Contract for Construction Management Services
Drainage and paving project design/constuction experience
IKnowledge of State and Tukwila Standards and Procedures
Environmental Experience
Experience with similar local agency projects
Past Postive Experience on City Drainage and Paving Projects
Small Scale Projects
Utilities Coordination
IContruction Inspection
(TOTALS
For each category, highest score is 5 (with the lowest score 1)
'Consultant with the highest score is ranked the best.
Staff: Ryan Larson
Selection Date: 6/5/17
Selected Consultant: KPG, Inc.
Selection Justification: KPG designed the project, has performed construction
management on other City projects. KPG has performed well on previous city drainage
and overlay projects in providing design and CM services. Based on overall score KPG
best meets the requirements of this project.
20
SUPPLEMENTAL AGREEMENT NO. 1
AGREEMENT No. 17 -041 (4 )
PROJECT No. 91741201
City of Tukwila
Public Works Department
6300 Southcenter Boulevard #100
Tukwila, WA 98188
KPG, Inc.
3131 Elliott Ave, Suite 400
Seattle, WA 98121
PROJECT: 2017 Small Drainage Program — Construction Services
This SUPPLEMENTAL AGREEMENT NO. 1 is to supplement the agreement entered into with KPG,
Inc. and the City of Tukwila, which was executed on the 14th day of March, 2017.
All provisions in the basic agreement remain in effect, except as expressly modified as follows:
Article 2, Scope of Services, shall be supplemented with the following:
The Consultant agrees to provide construction services in accordance with the scope of work included as
Exhibit A.
Article 4, Payment, shall be modified as follows:
Payment for work provided by Consultant shall be made as provided on Exhibit B, attached hereto,
provided that the total amount of payment to the Consultant for this work not exceed $79,873.16 without
express written modification of the Agreement signed by the City. The new total contract shall not exceed
$118,637.99 without express written modification of the Agreement signed by the City.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals this day
of , 2017.
APPROVED: APPROVED:
CITY OF TUKWILA KPG, INC.
Allan Ekberg
Mayor
Attested:
Christy O'Flaherty, City Clerk
I
Nelson Davis, P.E.
Principal
oc/ d 16 //v/9 -(-S
21
EXHIBIT A
Construction Management Services
Scope of Work
June 18, 2017
City of Tukwila
2017 Small Drainage Program — Project No. 91741201
This work will provide construction management services for the construction contract to complete the
City of Tukwila 2017 Small Drainage Program. 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:
I. INTRODUCTION
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 part -time inspector, sub - consultant to
provide services for materials testing, and other supporting tasks as deemed necessary.
• It is anticipated that part time site observation will be required based on contractor's specific
activities. The level of service is based on a construction project duration of approximately 60
working days.
• KPG estimates a total project duration of 80 working days 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
2017 Small Drainage Program Page 2 of 6 KPG
Construction Management Services 6/18/17
22
EXHIBIT A
construction and review RAM's, shop drawings, and answer RFI's as required.
• Services will be performed in accordance with the Contract plans & special provisions, and City
engineering standards.
11. SCOPE OF WORK
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 on contract
administration procedures to be 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
• Monthly invoices and progress reports
TASK 2 — PRECONSTRUCTION SERVICES
2.1 Preconstruction Conference: The Consultant will prepare an agenda for, distribute notices of,
and conduct a preconstruction 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
• Preconstruction 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 all items necessary to complete the Work as
2017 Small Drainage Program Page 3 of 6 KPG
Construction Management Services 6/18/17
23
EXHIBIT A
described in the Plans and Specifications, and will observe the technical progress of
the construction, including providing day -to -day contact with the Contractor and the City:
Field inspection staff will perform the following duties as a matter of their daily activities:
i. 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. 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
final inspection with those agencies.
Assumptions:
• Consultant will provide part time observation services for the days /hours that the
contractor's personnel are on -site based on the Contractor's specific activities. Full time site
observation is not anticipated.
• 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;
2017 Small Drainage Program Page 4 of 6 KPG
Construction Management Services 6/18/17
24
EXHIBIT A
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, to perform a project inspection and develop a comprehensive list of
deficiencies or ` punchlist' of items to be completed. A punchlist 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 project photos — submitted on a weekly basis
• Punch List, Certificate of Substantial Completion
• Review test reports for compliance
TASK 4.1— CONSTRUCTION SERVICES — OFFICE
A. Document Control. Original documentation will be housed at the Consultant's office, and
filed in accordance with standard filing protocol. A copy of working files will be maintained in
the field office.
Document Control consists of:
• 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 City, construction contractor, engineer, utilities and
property owners on a regular basis to discuss project issues and status.
C. Plan Interpretations: Provide technical interpretations of the drawings, specifications, and
contract documents, and evaluate requested deviations from the approved design or
specifications. Coordinate with City for resolution of issues involving scope, schedule, and /or
budget changes.
D. Weekly Meetings: Lead weekly meetings, including preparation of agenda, meeting minutes,
and distribution of minutes to attendees. Outstanding issues to be tracked on a weekly basis.
E. Initial Schedule Review: Perform detailed schedule review of contractor provided CPM 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
2017 Small Drainage Program Page 5 of 6 KPG
Construction Management Services 6/18/17
25
EXHIBIT A
accordance with the requirements of the Contract Documents. Lump Sum Breakdowns for
payment each month will be calculated with detailed data.
G. Monthly 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 CPM 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.
I. Certified Payroll: Process and track all certified payroll per State Prevailing Wage
Requirements. This includes verifying the initial payroll for compliance and 10% 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 (SAMS), 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 to the 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 punchlist 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.
• Schedule review comments
• As -built schedule
• Meeting agendas and notes
• Monthly Pay Estimates
• Subcontractor Packets
• Cost Projection
• Physical Completion Letter
• Final Project Documents
TASK 4.2 — SUBMITTAL /RFI 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
2017 Small Drainage Program Page 6 of 6 KPG
Construction Management Services 6/18/17
26
EXHIBIT A
logged and tracked.
B. Request for Information (RFI): Review and respond to RFI's. RFI's shall be logged and tracked.
C. Record of Materials (ROM): Utilize ROM prepared by WSDOT and 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, QPL items, material compliance
documentation, and all other required documentation.
Deliverables
• Submittal log
• RFI Log
• Completed Record of Material for Material Certification
TASK 4.3 — CHANGE MANAGEMENT
A. Case Log: Develop and maintain a case log 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 WSDOT Standard 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 per WSDOT Standard Specifications. Each
minor change order will be executed and contain the following:
• Independent Cost Estimate
• Verbal Approval Memo
• Back up documentation
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.
Deliverables
• Change Order(s)
• Case Management Log
• RFI Log
• Minor Change Order(s)
• Force Account Records
2017 Small Drainage Program Page 7 of 6 KPG
Construction Management Services 6/18/17
27
Project Name:
Consultant:
COST PLUS FIXED FEE
Exhibit B
Consultant Fee Determination
City of Tukwila
2017 Small Drainage Program
Construction Services
KPG
Classification
Project Manager
Project Engineer
Design Engineer
CAD Technician
Construction Inspector
Survey Crew
Document Specialist
Office Admin
Total Direct Salary Cost (DSC)
Overhead (138.02% x DSC)
Fixed Fee (30% x DSC)
Hours Rate
16 $ 57.00 $
120 $ 41.00 $
52 $ 37.00 $
8 $ 30.00 $
312 $ 37.50 $
0 $ 58.00 $
184 $ 38.00 $
16 $ 33.00 $
708
Subtotal:
Cost
1,072.00
4,920.00
1,924.00
240.00
11,700.00
6,992.00
528.00
$ 27,376.00
$ 37,784.36
$ 8,212.80
REIMBURSABLES
$73,373.16
Mileage
Miscellaneous - Repro, Field Supplies
Subtotal:
$1,000
$500
$1,500
SUBCONSULTANT COSTS
Material Testing Allowance $5,000
Subtotal: $5,000
TOTAL $ 79,873.16
28
HOUR AND FEE ESTIMATE
City of Tukwila
m
0
a
r
W
N
CO CO
w
CO
O
O
0
O
o,
0
0
O
O
0
CO
Preconstructlon Budget Estimate
N
CO
V
0
•0'•
0
b
0
O'
O
m�-
3
N
O
• C
m 0
A 9
E
N
•m >'
u a
C
N 0 •
o `o
7 ;
O N t
2 TI
O
2,31
O >•
N
O
Preconstructlon Budget Estimate
N
N
N
46
N
0
N
0
N
CO
0
a
v
a
H
0
N
N
0
m
m
a
ml
O
01
a
E
W
01
0
0
o
u
a'
O
Ca
U
mbursables & Subconsultants
O O O
O 0 O
o O o
O
tri
o N
'9 69 N
8 84
N m a
o
a
LL
I-
n
C 0 re
A
� o
C
R
N
Subtotal - Relmbursa
.0
V
0
0
CO
29
30
City of Tukwila
City Council Transportation & Infrastructure Committee
TRANSPORTATION & INFRASTRUCTURE COMMITTEE
Meeting Minutes
June 27, 2017 - 5:30 p.m. - Foster Conference Room, 6300 Building
Councilmembers: Kate Kruller, Chair; Joe Duffie, De'Sean Quinn
Staff: Robin Tischmak, Bob Giberson, Gail Labanara, Ryan Larson, Laurel Humphrey
CALL TO ORDER: Chair Kruller called the meeting to order at 5:30 p.m.
1. PRESENTATIONS
II. BUSINESS AGENDA
There was consensus to consider the Waterworks Grant Application as the last item of business.
A. Supplemental Agreement: 2017 Annual Small Drainage Program
Staff is seeking Council approval of Supplemental Agreement No. 1 to Contract No. 17 -041 with
KPG, Inc. in the amount of $79,873.16 for construction management services for the 2017
Annual Small Drainage Program. KPG, Inc. designed the program and was deemed the most
qualified of three firms that were evaluated. APPROVAL. FORWARD TO JULY 17, 2017
REGULAR CONSENT AGENDA.
B. Bid Award: Baker Boulevard Non - Motorized Improvement Project
Staff is seeking Council approval of a contract with Road Construction Northwest in the amount
of $799,143.00 for construction of the Baker Boulevard Non - Motorized Improvements Project.
Road Construction Northwest was the lowest bidder and has completed two recent
construction projects in the City. The project will construct bike lanes and a road diet on Baker
Boulevard from Andover Park West to Christensen Road. Reconstruction of sidewalk access
ramps at Andover Park East and Baker Boulevard was included as well in anticipation of better
bids and cost savings. UNANIMOUS APPROVAL. FORWARD TO JULY 17, 2017 REGULAR
CONSENT AGENDA.
Councilmember Quinn recused himself from consideration of the next item and left the meeting
room.
C. Grant Application: Water Quality Testing at Riverton. Southgate and Gilliam Creeks
Staff is seeking Committee approval to apply for a King County Wastewater Treatment Division
Waterworks grant to fund water quality testing at Riverton, Southgate and Gilliam Creeks. if
awarded, grant proceeds will be used to collect and analyze one year of data at three locations
within each creek in order to identify water quality deficiencies. The City match of $9,500 is
available from the Storm Water Quality Retrofit Program and would be used for staff project
management whereas the grant funds would go toward a water quality science firm. MAJORITY
COMMITTEE APPROVAL.
31
32