HomeMy WebLinkAboutReg 2019-04-01 Item 4C - Contract - 2019 Annual Small Drainage Program with KPG Inc for $78,984COUNCIL AGENDA SYNOPSIS
Meeting Date
Prepared by
Mayor:i review
Co nal
oiew
04/01/19
H H /41
\
ITEM INFORMATION
ITEM NO.
4.C.
STAFF SIR )NSOR: HENRY HASH
ORIGINAL AG I I'N/ DA DATE: 04/01/19
A(3ENDA ITEM Till .1 2019 Annual Small Drainage Program
Design Consultant Agreement with KPG, Inc.
CATEGORY 0 Discus/on
Mtg Date
IZ Motion
Mtg Date 04/01/19
[1] Resolution
Alts Date
Ordinance
Mtg Date
• Bid
Award
El Public Hearing
Mtg Date
. Other
Mfg Date
Mrs Date
SPONSOR Council LIAIayor EF.R DCD Finance flFire flTS pe.,R Police PIF Court
SPONSOR'S This contract is for design of the 2019 Annual Small Drainage Program. Three consultant
SUMMARY 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 one site finishing design. Council is being asked to approve the design
contract with KPG for $78,984.00.
REVIEW11) BY C.O.W. Mtg. CDN Comm Finance Comm. E] Public Safety Comm.
LE] Trans &Infrastructure fl Arts Comm. 0 Parks Comm. Planning Comm.
DATE: 03/19/19 COMMniEE CHAIR: ZAK IDAN
RECOMMENDATIONS:
SPoNsoR/ADmIN.
CommiTru,
Public Works Department
Majority Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
EXPENDITURI RIQUIR.1,:1) AMOUNT BUDGETED APPROPRIATION REQUIRED
$78,984.00 $80,000.00 $0.00
Fund Source: 412 SURFACE WATER FUND (PG. 88, 2019 CIP)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
04/01/19
MTG. DATE
ATTACHMENTS
04/01/19
Informational Memorandum dated 03/15/19
Qualification Review
Page 88, 2019 CIP
KPG Consultant Agreement, Scope of Work, and Fee
Minutes from the Transportation & Infrastructure Committee meeting of 03/19/19
17
18
Allan Ekberg, Mayor
Public Works Department - Henry Hash, Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Henry Hash, Public Works Director /I
BY: Ryan Larson, Senior Program Manager
CC: Mayor Allan Ekberg
DATE: March 15, 2019
SUBJECT: Surface Water Fund - 2019 Annual Small Drainage Program
Project No. 91941201
Design Consultant Selection and Agreement
ISSUE
Approve the contract with KPG, Inc. (KPG) to design the 2019 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 2019 Annual Small
Drainage Program, staff is proposing the design of eight projects for possible construction in 2019.
DISCUSSION
The current MRSC Consultant Roster was reviewed and three firms were short-listed to provide design
services. The firms were: KPG; Otak, and PACE Engineers Inc. 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 continues to be very
satisfied with their work. KPG also worked on the 2018 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 eight projects
for design in 2019. One of the projects was substantially designed in 2017, but not constructed due to
budget constraints. The design projects are:
1. Gilliam Creek & S 154th St Drainage Structure 5. S 140th St at 38th Ave S (pipe lining)
2. 14811 42nd Ave S 6. S 152nd St at 42nd Ave S (pipe lining)
3. Stairs at Gilliam Creek Control Structure 7. S 130th St at 33rd PI S (pipe lining)
(finish design) 8. 40th Ave S at Southcenter Blvd (pipe lining)
4. Southcenter Blvd at 61st Ave S (pipe lining)
FINANCIAL IMPACT
KPG's proposed fee for the 2019 Small Drainage Program's design contract is $78,984.00 and the
2019 design budget is $80,000.
RECOMMENDATION
Council is being asked to approve the design consultant agreement with KPG, Inc. in the amount of
$78,984.00 for the 2019 Small Drainage Program and consider this item on the Consent Agenda at the
April 1, 2019 Regular Meeting.
ATTACHMENTS
• Qualification Review
• Page 88, 2019 CIP
• KPG Consultant Agreement
W:1PW Eng1PROJECTSIA- DR Projects\Annual Small Drainage Programs12019 SDP (91841201)1Consultant Seleclionllnfo Memo Design 2019 SDP.docx
19
20
2019 Small Drainage - Qualification Review
(1= Top Choice, 2 = Second Choice, 3 = Third Choice)
Relevant Project Experience
/ stscl c'k/
1
2
2
Experience with HPA/Creek Work
1
1
2
Small Scale Projects
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
11
10
Firm Rank
(1 - 3, Lowest = Best)
1
3
2
W:\PW Eng\PROJECTSM- DR Pro jecis\Annual Small Drainage Programs12019 SDP (91841201)\Consultant Selection\Proposal Rating 2019
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2019 to 2024
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
2020
2021
2022
2023
2024
BEYOND TOTAL
EXPENSES
Design
50
80
80
80
80
80
80
80
80
690
Streamgages/Monitor
31
35
35
35
36
36
36
36
40
320
Const. Mgmt.
90
45
80
80
80
80
80
80
80
695
Construction
448
600
515
515
514
513
514
514
513
4,646
TOTAL EXPENSES
619
760
710
710
710
709
710
710
713
6,351
FUND SOURCES
Awarded Grant
0
Proposed Grant
65
65
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
619
695
710
710
710
709
710
710
713
6,286
TOTAL SOURCES
619
760
710
710
710
709
710
710
713
6,351
Project Location:
Entire System
2019 - 2024 Capital Improvement Program
22
88
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 `2019 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, 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 December 31, 2019 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 $78,984.00 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.
23
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
24
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
25
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
26
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, P.S.
3131 Elliott Avenue, Suite 400
Seattle, WA 98121
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 day of , 2019.
CITY OF TUKWILA CONSULTANT
A!4 By:
Mayor, Allan Ekberg
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
27
28
EXHIBIT A
City of Tukwila
2019 Small Drainage Program
Scope of Work
March 4, 2019
PROJECT DESCRIPTION
The Consultant shall prepare final Plans, Specifications and Estimates for the 2019 Small Drainage
Program. The project will include the following sites:
Site 1: Gilliam Creek & S 154th Drainage Structure
Provide improved access to allow maintenance of the bird cage inlet structure at the inlet to the
culvert that carries Gilliam Creek under Southcenter Boulevard. This site may require an HPA and
City of Tukwila Building Permit.
Site 2: 14811 42nd Avenue South
Install a new drainage structure with bird cage inlet to reduce plugging risk and overflows onto 42"`r
Avenue S. This site may require an HPA.
Site 3: Stairs at Gilliam Creek Control Structure
Install new stairs for access to the debris gate. Preliminary design was completed in 2016, but
Crystal Springs Emergency Repairs prevented completion at that time. It is anticipated that design
will follow preliminary design work completed in 2016. This site may require an HPA and City of
Tukwila Building Permit.
Sites 4-8: Cured in Place Pipe (CIPP) Lining Projects
Install CIPP liners to the following pipe segments to correct root intrusion and minor damage that
has been discovered through maintenance videos:
4. Southcenter Boulevard at 61" Avenue South (DR04298 to DR04726)
5. South 1406 Street at 386 Avenue South (DR04742 to DR04743 to DR04724)
6. South 152" `r Street at 42nd Avenue South (DR02222 to DR02223 to DR 01867)
7. South 1306 Street at 33r`r Place South (DR04373 to DR04372 & DR04371 to DR04370)
8. 406 Avenue South at Southcenter Boulevard (DR01533 to DR01532)
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 2019 Small Drainage Program as budget or other considerations allow.
The Consultant shall provide surveyed base maps with horizontal utility locations (Sites 1-3), or base maps
created from field measurements, ortho-photography, and GIS data as necessary (Sites 4-8) for each site.
If necessary, surveyed base maps will include right-of-way line work based on available public records.
City of Tukwila
2019 Small Drainage Program Page 1 of 4
KPG
March 2019
29
Project horizontal and vertical datum will be assumed on all sites. No topographic survey or right of way
work is anticipated for the CIPP lining projects.
The Consultant shall prepare an easement document, legal description, and exhibit for Site 2. The City will
perform negotiations to obtain signature and record the easement.
The Consultant shall prepare 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 2019 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. Aside from Site 2, all work will be completed within City
rights of way or easements and no easement acquisition is anticipated.
SCOPE OF WORK
TASK 1— 2019 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 4 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 - 3 will be utilized for those sites and supplemented with
additional topographic survey as required. Aerial base maps will be utilized for sites 4-8.
1.3 For Site 1, the Consultant shall work collaboratively with City staff to determine the preferred
alternative to improve safety and access. Final structural design for the preferred alternative will be
completed by a subconsultant licensed to practice structural engineering in the State of Washington.
The Consultant shall include final civil and structural plans and specifications in the Bid Documents.
1.4 For Site 2, the Consultant shall prepare a 50% layout for proposed improvements as well as necessary
easement and legal descriptions. The City will review the project and easement needs to obtain
approval from the property owner. The Consultant shall make necessary revisions to design approach
and easement needs to obtain the approval and include the final design in the Bid Documents.
1.5 The Consultant has previously prepared designs for site 3. 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 Bid Documents.
City of Tukwila
2019 Small Drainage Program Page 2 of 4
KPG
March 2019
30
1.6 For Sites 4-8, the Consultant shall prepare maps using aerial mapping and GIS data provided by the
City. Each structure will be reviewed in the field to note general size, type, and depth of structures
which will require access for CIPP lining. These observations will be made from the surface, no
survey or manned entry into drainage structures will be performed. The City shall provide video
inspection for each pipe segment to receive CIPP lining.
1.7 The Consultant shall prepare 50% & 90% plan review submittals for all sites.
1.8 The Consultant shall prepare a SEPA checklist for the 2019 Small Drainage Program containing
information on all sites requiring SEPA review. This is anticipated to be Sites 1-3 only.
1.9 The Consultant shall prepare a JARPA and coordinate with Washington Department of Fish and
Wildlife to obtain HPA where required. This is anticipated to be Sites 1-3.
1.10 The Consultant shall develop plans to the 90% design level and prepare and submit building permit
applications for Sites 1 & 3, if required. 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.
1.11 The Consultant shall prepare the Contract Specification per 2018 WSDOT Standard Specifications
for the 90% Review Submittal and the Bid Documents
1.12 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction
Cost for each review submittal and the Bid Documents.
1.13 The Consultant shall distribute 50% review submittals to franchise utility owners to identify potential
conflicts within the Project limits,
1.14 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 15 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.
City of Tukwila
2019 Small Drainage Program Page 3 of 4
KPG
March 2019
31
• 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 City to provide video inspection results for Sites 4-8.
o City to obtain easement approval and record easement for Site 2.
o Any fees for BXWA.com will be paid by the City.
• Deliverables
o SEPA Checklist for Sites 1-3.
o JARPA form for Sites 1-3.
o Building permit applications to City for Sites 1 & 3.
o 50% review submittal with Plans and Estimate (6 sets + pdf).
o 90% review submittal with Plans, Specifications, and Estimate (6 sets + pdf).
o Bid Documents and Engineer's Estimate (10 sets''/2 size plans, specs, and estimate)
o Coordinate upload of Plans and Specifications to Builders Exchange.
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
2019 Small Drainage Program Page 4 of 4
KPG
March 2019
32
HOUR AND FEE ESTIMATE
Project: City of Tukwila
2019 Small Drainage Program
EXHIBIT B
I PG
♦ Architecture •
Landscape Architecture
• Civil Engineering •
Task
Description
Labor Hour Estimate
Total Fee
Project
Manager
$ 210.00
Senior
Engr
$ 184.00
Senior
Arch
$ 150.00
Project
Engr/Sury
$ 140.00
Design
Engineer
$ 117.00
Engr/Sury
Technician
$ 100.00
Survey
Crew
$ 166.00
Senior
Admin
$ 115.00
Office
Admin
$ 92.00
Fee
Task 1 - 2019 Small Drainage Program Design
1.1 Management/Coordination/Administration
4
0
0
0
0
0
0
4
8
$ 2,036.00
1.2 Survey and Base Maps
0
0
0
8
16
24
20
0
0
$ 8,712.00
1.3 Site 1 Design
2
2
2
24
16
8
0
0
0
$ 7,120.00
1.4 Site 2 Design and legal descriptions
2
0
0
24
8
8
0
4
0
$ 5,976.00
1.5 Site 3 field review and minor updates
2
0
2
8
4
8
0
0
0
$ 3,108.00
1.6 Site 4-8 CIPP lining design
2
0
0
24
24
8
0
0
0
$ 7,388.00
1.7 50%, 90%, and Bid Submittals
0
0
0
6
12
24
0
6
0
$ 5,334.00
1.8 Prepare SEPA Checklist
2
0
0
8
0
4
0
0
2
$ 2,124.00
1.9 Prepare JARPA / WDFW coordination
2
0
0
4
0
4
0
0
2
$ 1,564.00
1.10 Prepare building permit applications for sites 1 and 3
0
0
8
2
0
0
0
0
2
$ 1,664.00
1.11 Prepare Specifications
2
2
0
8
8
0
0
0
4
$ 3,212.00
1.12 Quantity and Cost Estimating
2
2
0
8
8
0
0
0
0
$ 2,844.00
1.13 Utility coordination
0
0
0
4
0
0
0
0
2
$ 744.00
1.14 Finalize Bid Documents
2
2
0
8
8
8
0
2
2
$ 4,058.00
1.15 Bid Period Services
2
0
0
4
8
0
0
0
2
$ 2,100.00
Reimbursable - Mileage
$ 200.00
Reimbursable - Reproduction
$ 800.00
Reimbursable - Structural Allowance
$ 20,000.00
Task 1 Total
24
8
12
140
112
96
20
16
24
$ 78,984.00
Total Estimated Fee: $ 78,984.00
3/5/2019
34
City of Tukwila
City Council Transportation & Infrastructure Committee
TRANSPORTATION & INFRASTRUCTURE COMMITTEE
Meeting Minutes
March 19, 2019 - 5:30 p.m. - Hazelnut Conference Room, City Hall
Councilmembers: Zak Idan, Chair; and Thomas McLeod (Kate Kruller, absent)
Staff: David Cline, Henry Hash, Hari Ponnekanti, Han Kirkland, Ryan Larson, Greg
Villanueva, Bryan Still, Pat Brodin, and Gail Labanara
Guests: Greg Haffner, Curran Law Firm; Louise Strander and Greg Mills, residents
CALL TO ORDER: Committee Chair Idan called the meeting to order at 5:30 p.m.
I. PRESENTATIONS
II. BUSINESS AGENDA
Surface Water - 2019 Annual Small Drainage Design Consultant Selection and Agreement
Staff is seeking Council approval of an agreement with KPG, Inc. in the amount of $78,984.00 for
the design of the 2019 Small Drainage Program. This program repairs and installs surface water
infrastructure identified through maintenance activities and resident complaints, and for 2019
staff has identified eight projects for design. Number 3 was substantially designed in 2017 but was
not constructed due to budget constraints. The 2019 design budget is $80,000. Consultant
contracts are not decided by bid results; the most qualified consultant is hired. Construction
contracts are awarded by bid. MAJORITY APPROVAL. FORWARD TO APRIL 1, 2019 REGULAR
CONSENT AGENDA.
B. NPDES Program 2018 Annual Report and 2019 Stormwater Management Program Plan
Staff provided an overview of the National Pollutant Discharge Elimination System (NPDES)
2018 Annual Report and 2019 Stormwater Management Program (SWMP) Plan. The Annual
Report reflects activities completed in 2018. The SWMP Plan is required by the NPDES Program
to show that the City complies with requirements outlined in the NPDES Phase II permit. A new
NPDES Phase II permit will be issued on August 1, 2019 for a five-year term. DISCUSSION ONLY.
C. Surface Water - King County Regional Stormwater Decant Facility Use Agreement Renewal 2019-2023
Staff is seeking Council approval to renew the King County Regional Stormwater Decant Facility Use
Agreement for 2019 through 2023. This agreement allows the City to properly dispose of storm pipe
and catch basin waste at the King County's Renton decant facility. Our NPDES permit requires that the
City environmentally dispose of all stormwater waste. The fees have not changed, and the contract is
estimated to cost $66k over the five years and thus requires Council approval. Staff reported that fees
may be high in 2019 due to the snow storm and the sand and grit that has accumulated from the snow
response. Mr. Cline added that we are looking to add a decant facility to our Public Safety Plan Public
Works Shops, but it would be based on the overall Master Plan and would more than likely be located
at the UPS site in Phase II. MAJORITY APPROVAL. FORWARD TO APRIL 1, 2019 REGULAR CONSENT
AGENDA.
35