Loading...
HomeMy WebLinkAboutReg 2018-04-16 Item 5F - Agreement - 2018 Annual Small Drainage Program Design with KPG Inc for $79,570COUNCIL AGENDA SYNOPSIS Initials Meeting Date Prepared by Mayor r re Council review 04/16/18 HH , ,�,t. Motion Date 04/16/18 ❑ Resolution Mtg Date ❑ Ordinance Altg Date ❑ Bid Award Mtg Date ❑ Public Hearing Altg Date ❑ Other Mtg Date Mtg SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance ❑ Fire ❑ IT ❑ P&R ❑ Police /1 PTY/ SPONSOR'S This contract is for design of the 2018 Annual Small Drainage Program. Three consultant SuNIM:\RY firms were short-listed from the MRSC Consultant Works Roster and KPG was chosen as the most qualified. Eight sites were compiled throughout the City for small drainage improvements with two sites finishing design, three sites with new design, and three sites with feasibility studies. Council is being asked to approve the design contract with KPG for $79,570.00. REVIEWED BY ❑ COW Mtg. ❑ CA&P Cmte ❑ F&S Cmte ❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. DATE: 04/9/18 COMMITTEE CHAIR: THOMAS ►1 Transportation Cmte ❑ Planning Comm. MCLEOD ITEM INFORMATION ITEM No. 5.F. STAFF SPk)NSOR: HENRY HASH ORIGINAL AGENDA D.ATI: 04/16/18 AGENDA ITEM TITLE 2018 Annual Small Drainage Program Design Consultant Agreement with KPG, Inc. C.1TEGORY ❑ Discussion Mtg Date ►1 Motion Date 04/16/18 ❑ Resolution Mtg Date ❑ Ordinance Altg Date ❑ Bid Award Mtg Date ❑ Public Hearing Altg Date ❑ Other Mtg Date Mtg SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance ❑ Fire ❑ IT ❑ P&R ❑ Police /1 PTY/ SPONSOR'S This contract is for design of the 2018 Annual Small Drainage Program. Three consultant SuNIM:\RY firms were short-listed from the MRSC Consultant Works Roster and KPG was chosen as the most qualified. Eight sites were compiled throughout the City for small drainage improvements with two sites finishing design, three sites with new design, and three sites with feasibility studies. Council is being asked to approve the design contract with KPG for $79,570.00. REVIEWED BY ❑ COW Mtg. ❑ CA&P Cmte ❑ F&S Cmte ❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. DATE: 04/9/18 COMMITTEE CHAIR: THOMAS ►1 Transportation Cmte ❑ Planning Comm. MCLEOD RECOMMENDATIONS: SPONSOR/ADMIN. CommIT11 Public Works Department F: Unanimous Approval; Forward to Regular Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $79,570.00 $80,000.00 $0.00 Fund Source: 412 SURFACE WATER (PG 96, 2017 CIP) Comments: MTG. DATE RECORD OF COUNCIL ACTION 04/16/18 MTG. DATE ATTACHMENTS 04/16/18 Informational Memorandum dated 04/06/18 Qualification Review Page 96, 2017 CIP Consultant Agreement, Scope of Work, and Fee Minutes from the Transportation & Infrastructure Committee meeting of 04/09/18 80 TO: FROM: BY: CC: DATE: SUBJECT: City of Tukwila Allan Ekberg, Mayor Public Works Department Henry Hash, Director INFORMATIONAL MEMORANDUM Transportation and Infrastructure Committee Henry Hash, Public Works Director Ryan Larson, Senior Program Manager Mayor Allan Ekberg April 6, 2018 2018 Annual Small Drainaae Proaram Project No. 91841201 Design Consultant Selection and Agreement ISSUE Approve KPG, Inc. to design the 2018 Annual Small Drainage Program. BACKGROUND The Annual Small Drainage Program repairs and installs needed surface water infrastructure that is identified through maintenance activities as well as citizen complaints. For the 2018 Annual Small Drainage Program, we are proposing the design of six projects for possible construction in 2018. In addition, a feasibility analysis will be conducted on three projects. DISCUSSION The current MRSC Consultant Roster was reviewed and three firms were short-listed to provide design services. The firms were; KPG, Inc., David Evans and Associates, and Otak. The Summary of Qualifications were evaluated from each firm and KPG was selected as the firm that best met the requirements. KPG has designed the Annual Small Drainage Program since 1991 and Public Works staff continues to be very satisfied with their work. KPG also worked on the 2017 Annual Small Drainage Program and is knowledgeable of the sites. Public Works staff reviewed the list of known system deficiencies and compiled a list of five projects for design and three projects for feasibility analysis in 2018. Two of the projects were substantially designed in 2017, but not constructed due to budget constraints. The design and feasibility projects are: 1. Gilliam Creek Outfall Access (finish design) 2. S 180th Street Bridge Retaining Wall (finish design) 3. Interurban Catch Basin Grates (new design) 4. 205 Levee Drainage Repair (new design) 5. TIB Sabey Pipe Abandonment (new design) 6. Interurban Ave S Rockery Drainage (feasibility) 7. S 148th St/42nd Ave S Creek Inlet (feasibility) 8. 10349 Beacon Ave S (feasibility) FINANCIAL IMPACT The proposed fee for the 2018 Small Drainage Program's design contract is $79,570.00 and the 2018 design budget is $80,000. RECOMMENDATION Council is being asked to approve a consultant agreement with KPG Inc, in the amount of $79,570.00 for the design of the 2018 Small Drainage Program and consider this item on the Consent Agenda at the April 16, 2018 Regular Meeting. Attachments' Qualification Review Page 96, 2017-2022 CIP Consultant Agreement W:1PW Eng1PROJECTSIA- DR Projects\Annual Small Drainage Programs12018 SDP (91741201)1Design\Consultant Selection1Info Memo Design 2018 SDP docx 81 82 2018 Small Drainage - Qualification Review 7 st- (1= Top Choice, 2 = Second Choice, 3 = Third Choice) e C9 Relevant Project Experience 1 3 2 Experience with HPA/Creek Work 1 2 1 Small Scale Projects 1 2 1 Ability to keep project on schedule and within Budget 1 2 1 Project Team Availability of Key Team Members 2 2 2 Knowledge of City , Plan Process, Drainage System 1 2 2 TOTALS (Lowest Total Score is best) 7 13 9 Firm Rank (1 - 3, Lowest = Best) I 1 3 2 C\Users\cyndye\ppData\Locai\Microsolt\Windows\INetCache\Conten!.Outlook\VCESC80VNProposal Rating 2018 83 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 2017 - 2022 Capital Improvement Program 84 96 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: CONSULTANT AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and KPG, Inc., hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform engineering services in connection with the project titled '2018 Small Drainage Program'. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement: Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2018, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December 31, 2018 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $79,570.00 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. 85 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. CA revised 1-2013 86 Page 2 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. CA revised : 1-2013 Page 3 87 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all tunes 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. Severabilitv and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. CA revised : 1-2013 88 Page 4 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: KPG 753 9th Avenue North Seattle, WA 98109 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. DATED this CITY OF TUKWILA day of , 2018. Mayor, Allan Ekberg CONSULTANT By: Printed Name:Nelson Davis. KPG Title: Principal Attest/Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney CA revised : 1-2013 Page 5 89 90 EXHIBIT A City of Tukwila 2018 Small Drainage Program Scope of Work March 28, 2018 PROJECT DESCRIPTION The Consultant shall prepare final Plans, Specifications and Estimates for the 2018 Small Drainage Program. The project will include the following sites: Site 1: Gilliam Creek Outfall Access Improvements Install level access pad and fencing/railing to improve access and safety to flap gate apron. This site may require an HPA and City of Tukwila Building Permit. Site 2: S 180`h Street Bridge Retaining Wall Raise existing retaining wall and connect to bridge abutment. This project is to address a freeboard deficiency that was identified in the recent Levee Certification analysis. This site may require an HPA and City of Tukwila Building Permit. Site 3: Interurban Catch Basin Grates Existing concrete aprons around catch basins are cracking in a number of locations between Fort Dent Way and S 137`h Street. Project will repair catch basin aprons with possible modification to City Standard detail to improve durability. Site 4: Levee 205 Drainage Repair Failing CMP storm sewer and manhole south of Strander Blvd. has been identified by the Corps of Engineers for necessary repair. Replace approximately 100' of 12" storm sewer and move manhole behind levee. As an in-kind maintenance replacement, no permits are anticipated. Site 5: Tukwila International Blvd. / Sabey pipe abandonment Add type 1 catch basin and connection to downstream system. Fill and abandon existing undercrossing of Tukwila International Boulevard. The Consultant shall provide necessary surveying, project design, quantity and cost estimates, and utility coordination required to complete final bid documents. It is anticipated that sites will be bid as a single bid package for the 2018 Small Drainage Program as budget or other considerations allow. The Consultant shall provide surveyed base maps with horizontal utility locations, or base maps created from field measurements, ortho-photography, and GIS data as necessary for each site. If necessary, surveyed base maps will include right-of-way line work based on available public records. Project horizontal and vertical datum will be assumed on all sites. City of Tukwila KPG, Inc. 2018 Small Drainage Program Page 1 of 5 March 1018 91 The Consultant shall provide assistance to the City with preparation of a SEPA checklist and HPA application where required. A building permit will be acquired for the access and safety projects if required. No additional permits are anticipated. It is the Consultants understanding that none of the 2018 Small Drainage Program sites require biological assessments, additional permits beyond those listed, wetland delineations, geotechnical review, detention facilities, or water quality treatment facilities. The budget assumes a straightforward approval process with no special studies or extensive coordination. All work will be completed within City rights of way or easements and no easement acquisition is anticipated. In addition to the sites for the 2018 Small Drainage Program, the Consultant shall perform limited survey, geotechnical studies and preliminary design / feasibility analysis for the following sites: Site 6: Interurban Avenue S Rockery Drainage Rockery across from Golf Course driveway and parking lot lacks formal drainage above and behind rockery which causes water to flow onto the road and sidewalk creating significant icing problems. The Consultant shall prepare topographic survey and develop alternatives, cost estimate, and preliminary design to replace rockery with new wall system and tie in drainage from roadway and alley above. Final design will be completed in a future small drainage program. Site 7: S 148`h Street / 42°d Avenue S Creek Inlet Structure Creek inlet structure is prone to plugging, causing water to flow onto 42nd Ave S and create localized flooding. Determine feasibility, cost, preliminary design, and easement needs for repair in a future small drainage program. Previously completed survey will be utilized for preliminary design. Site 8: 10349 Beacon Avenue S Resident has reported roadway runoff entering property and causing damage to septic system. Perforin geotechnical study to determine if there is sufficient infiltration capacity and/or limited survey to determine alternate pipe routing and prepare preliminary design and cost estimate for repair in a future small drainage program. Aerial mapping will be used for preliminary design. City of Tukwila 2018 Small Drainage Program Page 2 of 5 92 KPG, Inc. March 1018 SCOPE OF WORK TASK 1— 2018 Small Drainage Program Design 1.1 MANAGEMENT/COORDINATION/ADMINISTRATION • The Consultant shall provide continuous project management and administration for the duration of the Project. (Estimate 3 months). • Hold project coordination meetings with the City to update progress and review submittals. Assume (3) meetings. • The Consultant shall provide monthly status reports and billings. • The Consultant shall provide independent QA/QC reviews by senior in-house staff of all deliverables prior to submittal to the City. 1.2 Previously obtained mapping for sites 1 and 2 will be utilized for those sites. Aerial base maps will be utilized for site 3. The Consultant shall prepare a topographic base map for site 4 and 5. 1.3 The Consultant has previously prepared designs for site 1; however, the full improvements proposed are cost prohibitive. The Consultant shall work collaboratively with City staff to determine a minimal cost alternative to improve safety and access. This may include fencing, railing, minor grading, and possibly some work to be completed by City maintenance staff outside of the drainage program. 1.4 The Consultant has previously prepared designs for site 2. This site shall be field reviewed to confirm no significant changes that would affect project design. Minor updates and revisions are anticipated, and will be included in the 90% Plans and Bid Documents. 1.5 The Consultant shall identify catch basin surrounds in need of replacement on aerial base maps and work collaboratively with City staff for a modified catch basin surround detail to minimize risk of future similar issues. 1.6 The Consultant shall prepare 90% and and final design for sites 4 and 5. 1.7 The Consultant shall develop plans to the 90% design level and prepare and submit building permit applications for Sites 1 & 2. Specifications will be shown on the plan sheets and reference WSDOT specifications as applicable. It is anticipated that detailed fabrication shop drawings will be provided by the contractor and may be required for final building permit approval. 1.8 The Consultant shall coordinate with Washington Department of Fish and Wildlife to confirm previously obtained HPA for sites 1 & 2 provides sufficient authorization to proceed with the work. 1.9 The Consultant shall prepare the Contract Specification per 2018 WSDOT Standard Specifications for the 90% Review Submittal and the Bid Documents 1.10 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction Cost for each review submittal and the Bid Documents. 1.11 The Consultant shall distribute 90% review submittals to franchise utility owners to identify potential conflicts within the Project limits. City of Tukwila KPG, Inc. 2018 Small Drainage Program Page 3 of 5 March 1018 93 1.12 The Consultant shall prepare final Bid Documents for the proposed improvements including the following: o Plans shall be prepared with such provisions in such detail as to permit field layout and construction within a degree of accuracy acceptable to the City and per industry standards. o Details will be prepared for items not available as standard details from the City, State, or WSDOT standard drawings. o The plans shall illustrate complete details of construction of the proposed improvements including limits of construction and removals, proposed invert elevations, rim elevations and required construction materials. o Drainage designs will be determined through consultation with City staff and from previous experience rather than detailed basin modeling. 1.13 The Consultant shall provide bid period services to include responses to bidder inquiries, preparation of addenda, attendance at bid opening, preparation of bid tabulation, and recommendation to award or reject the apparent low bidder. The budget assumes a straight forward review process with the low bidder receiving the contract award. • Assumptions o No federal funding is anticipated for the Project engineering or construction. o No utility upgrades are anticipated in the project design. o Drainage & Water Quality Reports will not be required. o Geotechnical Engineering services will not be required. o Environmental Documentation will not be required. o Potholing of existing underground utilities will not be required. o Any fees for City Building Permit will be paid by the City. o Previously obtained SEPA and Shoreline approvals for sites 1 and 2 will be sufficient for construction. o Sites 3,4 and 5 will not require SEPA approval or permits. If permits are required, site may be deferred to future Small Drainage Program. • Deliverables o Building permit applications to City o 90% review submittal with Plans, Specifications, and Estimate (6 sets). o Bid Documents and Engineer's Estimate (10 sets %2 size plans, specs, and estimate) o 6 sets of Plans (11" X 17") and specifications provided for each review submittal. o 10 sets of Plans (11" X 17") and specifications for the Bid Documents. o Coordinate upload of Plans and Specifications to Builders Exchange. City of Tukwila 2018 Small Drainage Program Page 4 of 5 94 KPG, Inc. March 1018 TASK 2 — Preliminary Design / Feasibility Analysis 2.1 The Consultant shall prepare survey, analysis, and provide recommendation with preliminary horizontal layout and cost estimate for preferred design on Site 6. Survey will extend the length of the wall from the curb flowline to 10' behind wall and include all observed drainage facilities within the limits as well as contributing upstream drainage structures where locations are known. Aerial mapping may be utilized if improvements are recommended outside of detailed survey limits. 2.2 The Consultant shall field review previous design and easement documents prepared in 2002 for Site 7 and update to include current layout and cost estimates. The City will work with property owner to obtain easement rights. Existing mapping will be supplemented with aerial mapping if necessary. 2.3 The Consultant shall subcontract with a geotechnical consultant to perform one (1) Pilot Infiltration Test at the area of concern. Based on findings of infiltration results, the Consultant shall evaluate feasibility of infiltration systems or piping extension and prepare preliminary layout and cost estimate on aerial mapping. Additional Services The City of Tukwila may require other services of the consultant. These services could include additional design, right of way, utility potholing, environmental documentation, construction phase services, or other work tasks not included in the scope of work. At the time these services are required, the Consultant will provide the City with a detailed scope of work and an hour and fee estimate. The Consultant will not proceed with the work until the City has authorized the work and issued a Notice to Proceed. City of Tukwila KPG, Inc. 2018 Small Drainage Program Page 5 of 5 March 1018 95 96 HOUR AND FEE ESTIMATE Project: City of Tukwila 2018 Small Drainage Program EXHIBIT B KPG • Archcl.<c.a:rc • Arch itget "re Task Description Labor Hour Estimate Total Fee Project Manager $ 202.00 Senior Engr $ 18400 Senior Arch $ 148.00 Project Design Engr/Sury Engr/Sury Engineer Technician $ 137.00 $ 128.00 $ 112.00 Survey Senior Crew Admin $ 165.00 $ 112.00 Office Admin $ 92.00 Fee - 2018 Small Drainage Program Design 1.1 ManagementfCoordlnationtAdministration 6 0 0 0 0 0 0 6 6 $ 2,436.00 1,2 Survey and Base Maps 2 0 0 8 16 32 30 0 0 $ 12,082.00 1.3 Coordination and modifications to Site 1 2 2 4 8 8 0 0 0 0 $ 3,484.00 1.4 Field check and minor modifications. to Site2 0 0 0 0 8 0 0 0 0 $ 1,024.00 1.5 Site 3 design and detailing 2 0 0 0 16 8 0 0 0 $ 3,348.00 1.6 90% and final design for sites 4 and 5 2 4 0 8 16 24 0 0 0 $ 6,972.00 1.7 Prepare building permit applications for sites 1 and 2 0 0 8 4 0 0 0 4 0 $ 2,180.00 1.8 WDFW coordination 2 0 0 0 4 0 0 0 2 $ 1,100.00 1.9 Prepare Specifications _ 2 2 0 8 8 0 0 4. 0 $ _ 3,340.00 1.10 Quantity and Cost Estimating 2 2 0 8 8 0_ 0 0 0 $ 2,892.00 1,11 Utility coordination 0 0 0 4 0 0 0 0 2 $ 732.00 1.12 Finalize Bid Documents 2 2 0 8 8 16 0 2 4 _$ 5,276.00 1.13 Bid Period Services 2 0 0 4 8 0 0 0 2 $ 2,160.00 Reimbursable - Mileage $ 200.00 Reimbursable -Reproduction $ 1,200.00 Reimbursable - Structural Allowance $ 5,000 00 Task 1 Total 24 12 12 I 60r r r 18 $ 53,426.00 Task 2 - Preliminary Desitin / Feasibility Analysis 2.1 Site 5 Preliminary Design and Cost Estimates 4 4 1 0 j 8 24 16 1 24 0 1 0 1$ 11,464.00 2.2 Site 6 Preliminary Design and Cost Estimates 2 0 0 j 4 8 8 0 0 0 $ 2,872.00 2.3 Site 7 Preliminary Design and Cost Estimates 2 4 0 1 4 8 8 0 0 0 $ 3,608.00 Reimbursable - Mileage 1 } $ 100,00 Reimbursable - Reproduction 1 1 $ 100.00 Reimbursable - Geotechnical Allowance 1 J $ 8,000.00 Task 1 Total 1 8 8 I 0 1 16 I 40 1 32 24 I 0 1 0 $ 26,144.00 Total Estimated Fee: $ 79,570.00 3/28/2018 97 98 City of Tukwila City Council Transportation & Infrastructure Committee TRANSPORTATION & INFRASTRUCTURE COMMITTEE Meeting Minutes April 9, 2018 - 5:30 p.m. - Foster Conference Room, 6300 Building Councilmembers: Thomas McLeod, Chair; De'Sean Quinn, Zak Idan Staff: David Cline, Henry Hash, Pat Brodin, Steve Carstens, Ryan Larsen, Mike Ronda, Gail Labanara, Brandon Miles, Laurel Humphrey CALL TO ORDER: Committee Chair McLeod called the meeting to order at 5:30 p.m. I. PRESENTATIONS II. BUSINESS AGENDA A. Consultant Agreement: Water Reservoir & Pump Station Staff is seeking Council approval of an agreement with Carollo Engineers in the amount of $46,070.00 for completion of the Water Reservoir and Pump Station Study. Carollo was hired in November 2017 to study the possibility of Tukwila using extra capacity in Highline Water District's Crestview Reservoir instead of building a new reservoir to be compliant with state storage requirements. Carollo needs additional time to compete the study, and this new agreement will have no financial impact to the design budget as it will use remaining funds. UNANIMOUS APPROVAL. FORWARD TO APRIL 16, 2018 REGULAR CONSENT AGENDA. B. Agreement: Central Business District Sanitary Sewer Rehabilitation Design Staff is seeking Council approval of an agreement with RH2 Engineering, Inc. in the amount of $44,993.00 for design of the 2018-A Central Business District (CBD) Sanitary Sewer Rehabilitation Project. The City has re -lined over 10,000 feet of sanitary sewer pipe as part of this program and is completing additional sections as budget allows. UNANIMOUS APPROVAL. FORWARD TO APRIL 16, 2018 REGULAR CONSENT AGENDA. C. Agreement: Central Business District Sanitary Sewer Rehabilitation Construction Management Staff is seeking Council approval of an agreement with RH2 in the amount of $79,949.00 for construction engineering/construction management of the CBD Sanitary Sewer Rehabilitation Project. The City awarded the construction contract to Michels Construction on March 5, 2018 and intends to staff the inspection of this project with consultant services under City project manager oversight. RH2 Engineering was selected as the most qualified of three firms. UNANIMOUS APPROVAL. FORWARD TO APRIL 16, 2018 REGULAR CONSENT AGENDA. Agreement: 2018 Annual Small Drainage Program Staff is seeking Council approval of an agreement with KPG Inc. in the amount of $79,570.00 for design of the 2018 Small Drainage Program. This program repairs and installs surface water infrastructure identified through maintenance activities and resident complaints, and for2018 staff has identified five projects for design and three for feasibility as described in the memo. The 2018 design budget is $80,000. UNANIMOUS APPROVAL. FORWARD TO APRIL 16, 2018 REGULAR CONSENT AGENDA. 99