Loading...
HomeMy WebLinkAbout18-063 - KPG Inc. - 2018 Small Drainage Program DesignCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 18-063(b) Council Approval N/A CONTRACT FOR SERVICES Amendment #2 Between the City of Tukwila and KPG Inc. That portion of Contract No. 18-063 between the City of Tukwila and KPG Inc. is amended as follows: Article 3 - Duration of Agreement; Time for Performance shall be modified as follows: This Agreement shall be in full force and effect for a period commencing upon execution and ending July 31, 2019, 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 July 31, 2019 unless an extension of such time is granted in writing by the City. All other provisions of the contract shall remain in full force and effect. Dated this 10 day of c.enr.I - , 20 16 CITY OF TUKWILA Allan Ekberg, Mayor CONTRACTOR Printed Name: AL--1.--SJ-A-1 �lS/ L -P 1 4 10(.0 02. 6fZ/6/rt/A-cs Page 1 of 1 SUPPLEMENTAL AGREEMENT NO. 1 AGREEMENT No. 18-063 Cu.) PROJECT No. 91841201 18-063(a) Council Approval 9/17/18 City of Tukwila KPG, Inc. Public Works Department 3131 Elliott Ave, Suite 400 6300 Southcenter Boulevard #100 Seattle, WA 98121 Tukwila, WA 98188 PROJECT: 2018 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 25th day of April, 2018. 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 $57,480.00 without express written modification of the Agreement signed by the City. The new total contract shall not exceed $137,230.00 without express written modification of the Agreement signed by the City. IN WITNESS WHEREOF, the parties hereto have set their hands and seals this 1 r- day of ©L to b -c/ , 2018. APPROVED: APPROVED: CITY OF TUKWILA A lan Ekberg Mayor Attested: Christy O'Flahe, City Clerk KPG, INC. Nelson Davis, P.E. Principal 151404 a /677vA-mss EXHIBIT A Construction Management Services Scope of Work August 15, 2018 City of Tukwila 2018 Small Drainage Program — Project No. 91841201 This work will provide construction management services for the construction contract to complete the City of Tukwila 2018 Small Drainage Program. These services will include design support, project management, documentation control, 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 (2 days/week), a part-time resident engineer (1 day/week) during construction activities, sub - consultant to provide services for materials testing, structural review, 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 City will provide all required site observation and supporting documentation. • 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. • The City 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 staff phone number to call for questions. • The design engineers from KPG and structural subconsultants will be available during construction to answer questions during construction and review RAM's, shop drawings, and 2018 Small Drainage Program Page 2 KPG Construction Management Services 8/15/18 EXHIBIT A answer RFI's as required. • Services will be performed in accordance with the Contract plans & special provisions, and City engineering standards. II. 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 Construction staff shall oversee all itcms necessary to complete the Work as 2018 Small Drainage Program Construction Management Services Page 3 KPG 8/15/18 EXHIBIT A with construction contractor, City, utilitics, and other stakeholders, and monitor for adherence to thc Contract Documcnts. The Consultant's personnel will act in accordance with Sections 1 05.1 and 1 05.2 of the Standard Specifications. ii. Observe matcrial, workmanship, and construction areas for compliance with the Contract Documcnts and applicable codes, and notify construction contractor of iii. Document all matcrial delivered to thc job site in accordance with the contract clecuments contractor. ix. Prepare field records and documents to help assure the Projcct is administered in 10 2). xii. Take periodic digital photographs during the course of construction, and record locations, tC agencies, to prepare a 'punch list' of items to be completed or corrected. Coordinate s ,.tio T • Consultant will provide part timc observation services for thc days/hours that the ebse ,-.H.... et anticipated. • The Consultant's monitoring of the construction contractor's activities is to ascertain 2018 Small Drainage Program Construction Management Services Page 4 KPG 8/15/18 EXHIBIT A other remedies in the interests of thc City, as detailed in thc Contract Documents. The Consultant cannot guarantee thc construction contractors' performance, and it is City's a ectationc 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: City to provide day to day coordination of 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. Materials testing provider will be managed as a subconsultant to KPG. 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 2018 Small Drainage Program Page 5 KPG Construction Management Services 8/15/18 EXHIBIT A 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. 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. 6 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. The City 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 • 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 2018 Small Drainage Program Page 6 KPG Construction Management Services 8/15/18 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): Prepare ROM 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 2018 Small Drainage Program Page 7 KPG Construction Management Services 8/15/18 HOUR AND FEE ESTIMATE Project: City of Tukwila 2018 Small Drainage Program Construction Services EXHIBIT B KPG • Architecture • Landscape Architecture • Civil Engineering • Task Description P LaborHoUrlEstimate Survey ,Crew 11,Q5,o0 .l I Document1 5 ecialist $ 112,.00 ,I :Cortst Admin $ 42;40 '' otal;8atlgeet 41490 Project Mana er $ 102.o6:I Resident En ineer $ 128„00 Senior En ineer $ $84.0011 Engineer insDeesign ; Crectartist] r $ 12&oo it $ 11'&00 - 1 - Management and Administration (Estimated duration 16 weeks) Weekly level of effort by Classification 0.25 0 0 0 0 0 0.25 0 Preconstruction Budget Estimate 2 - Preconstruction Services (Estimated duration 2 weeks 4 0 0 0 0 0 4 0 $ 1,256.00I Weekly level of effort by Classification 0 2 2 1 0 0 8 0 Preconstruction Budget Estimate 3 - Construction Services (Estimated duration 12 weeks) 0 4 4 2 0 0 16 0 $ 3,296.001 Weekly level of effort by Classification 0 8 2 0 0 0 16 0 Construction Period Budget Estimate 0 4 - Closeout/Record Dwg Services (Estimated duration 2 weeks) Weekly level of effort by Classification 0 96 4 24 2 0 4 0 4 0 0 192 8 0 0 $ 38,208.001 Closeout / Record Dwg Budget Estimate 0 8 4 8 8 0 16 0 5,520.00 I eibfotal - I4bor Reimbursables & Subconsultants .4 'AO i8 0 228 _. .0 ft- 4B oa:o 71 Material Testing Allowance $ Mileage $ Structural Shop Drawing Review $ 3,200.00 1,000.00 5,000.00 SUbteiatl lteitnbursables Tcjtgl'f oject Budget ,57,4go$11 8/27/2018 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 18-063 Council Approval 4/1 6/1 8 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. l 5,4601 o2 c'76i�i9t-� 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. CA revised : 1-2013 Page 2 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 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. CA revised : 1-2013 Page 4 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 OC day of CITY OF KWILA Mayor, Ilan Attest/Authenticated: 1 F/44 9 City C erk, Christy 0 laherty CA revised : 1-2013 CONSULTANT By: , 2018. Printed Name:Nelson Davis, KPG Title: Principal Approved as to Form: dalL Office of the City Attorney Page 5 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`1' 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 1371h 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 ofStrander 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 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 1.48"' Street / 42nd Avenue S Creek Inlet Structure Creek inlet structure is prone to plugging, causing water to flow onto 42"d 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. Perform 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 KPG, Inc. 2018 Small Drainage Program Page 2 of 5 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. L7 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 2018 Small Drainage Program Page 3 of 5 KPG, Inc. March 1018 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 'A 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 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 HOUR AND FEE ESTIMATE Project: City of Tukwila 2018 Small Drainage Program EXHIBIT B KPG • Architecture • Landscape Architecture • Civil Engineering • Task Description Labor Hour Estimate Total Fee Project Manager $ 202.00 Senior Engr $ 184.00 Senior . Project Arch Engr/Sury $ 148.00 ; $ 137.00 Design Engineer $ 128.00 Engr/Sury Technician $ 112.00 Survey Crew $ 165.00 Senior Admin $ 112.00 Office Admin $ 92.00 Fee Task 1 - 2018 Small Drainage Program Design 1.1 Management/Coordination/Administration 6 0 0 i 0 0 0 0 6 6 $ 2,436.00 1.2 Survey and Base Maps 2 0 0 i 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 Site 2 0 0 0 I 0 8 0 0 0 0 $ 1,024.00 1.5 Site 3 design and detailing 2 0 0 I 0 16 8 0 0 0 $ 3,348.00 1.6 90% and final design for sites 4 and 5 2 4 0 I 8 16 24 0 0 0 $ 6,972.00 1.7 Prepare building permit applications for sites 1 and 2 0 0 8 1 4 0 0 0 4 0 $ 2,180.00 1.8 WDFW coordination 2 0 0 1 0 4 0 0 0 2 $ 1,100.00 1.9 Prepare Specifications 2 2 0 1 8 8 0 0 4 0 $ 3,340,00 1.10 Quantity and Cost Estimating 2 2 0 1 8 8 0 0 0 0 $ 2,892.00 1.11 Utility coordination 0 0 0 I 4 0 0 0 0 2 $ 732.00 1.12 Finalize Bid Documents 2 2 0 1 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 1 $ 200.00 Reimbursable - Reproduction 1 $ 1,200.00 Reimbursable - Structural Allowance $ 5,000.00 Task 1 Total 24 12 I 12 60 100 80 30 16 16 1 $ 53,426.00 Task 2 - Preliminary Design / Feasibility Analysis 2.1 Site 5 Preliminary Design and Cost Estimates 4 4 0 8 24 16 24 0 0 $ 11,464.00 2.2 Site 6 Preliminary Design and Cost Estimates 2 0 0 4 8 8 0 0 0 $ 2,872.00 2.3 Site 7 Preliminary Design and Cost Estimates 2 4 0 4 8 8 0 0 0 $ 3,608.00 Reimbursable - Mileage $ 100.00 Reimbursable - Reproduction $ 100.00 Reimbursable - Geotechnical Allowance $ 8,000.00 Task 1 Total 8 8 0 16 40 32 24 0 0 $ 26,144.00 Total Estimated Fee: $ 79,570.00 3/28/2018