HomeMy WebLinkAbout19-061 - KPG Inc - 2019 Small Drainage ProgramCity of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
19-061 (a)
Council Approval 10/21/19
Agreement Number:
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and KPG, P.S.
That portion of Contract No. 19-061 between the City of Tukwila and KPG, P.S. is hereby
amended 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-1.
Article 3 - Duration of Agreement; Time for Performance shall be modified as follows:
This Agreement shall be in full fbrce and effect for a period commencing upon execution and ending July 15,
2020, 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 15, 2020 unless
an extension of such time is granted in writing by the City.
Article 4, Payment, shall be modified as follows:
Payment for work provided by Consultant shall be made as provided on Exhibit B-I, attached hereto,
provided that the total amount of payment to the Consultant for this work not exceed $70,442.00 without
express written modification of the Agreement signed by the City. The new total contract shall not exceed
$149,42600 without express written modification of the Agreement signed by the City.
All other provisions of the contract shall remain in full force and effect.
Dated this a°) day of 0ec
CITY OF TUKWILA CONTRACTOR
, 20 1°1
Allan Ekberg, Mayor 1°("IP)/1.3\ Printed Name: Nelson Davis, KPG. P.S.
ATTEST/AUTHENTICATED APPROVED AS TO FORM
W Chris y O'Flaherty, MMC, City Clerk
CA Revised December 2016
Office of the City Attorney
/ 6/A17-1(
Page 1 of 1
EXHIBIT A-1
Construction Management
Services
Scope of Work
September 30, 2019
City of Tukwila — 2019 Small
Drainage Program
This work will provide construction management services for the construction contract to complete the
City of Tukwila — 2019 Small Drainage Program. These services will include design support, as well as a
limited scope for project management, documentation control, inspection, materials testing, 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 Resident Engineer, a part-time inspector,
project design staff as needed, and a sub -consultant to provide services for materials testing. It is
anticipated that part-time site observation will be dedicated primarily to the two access
improvements (to be scheduled in 4-hour minimum increments) but not limited to these areas,
allocated at the City's direction, which may include night work on select sites.
• The level of service is based on a construction project duration of approximately 60 working days.
• KPG estimates a total project construction duration of 80 working days (16 weeks) including two
weeks for preconstruction service, twelve weeks for construction services, and two weeks for project
closeout and record drawing preparation. No suspensions or stop work periods are anticipated during
this duration.
• It is anticipated that the City will review and execute the insurance, bonds, and the Construction
Contract.
• It is anticipated that the Contractor will do all public outreach, and ensure affected business and
residents are notified of impending contractor activities one week prior to work. KPG will hand out
the night work notices for the work in front of City Hall.
• The design engineers from KPG will be available during construction to answer questions during
construction and review RAM's, shop drawings, and answer RFI's as required.
City of Tukwila — 2019 Small Drainage Program
Construction Management Services Scope of
Work
Page 1 of 5
KPG
Project Number 19039
9/25/2019
EXH|BITA-1
0 Services will be performedinaccordance with the Contract plans & special provisions, and City
engineering standards.
11. SCOPE OF WORK
The objective and purpose vf this Construction Management Services Agreement bfor the Consultant tn
successfully deliver the construction o[the Project |othcCbvbvcnn i that the improvements are
constructed in accordance with the approved Plans and Spec ifi cations, as may be amended or revised, that
all nfthe required Project dooumcrko1iouisecoouotcdfhr.
TASKl— STQ&1D0N
Provide overall project management, coordination with the City, and monthly invoicing. This effort will
include the following elements.
° Organize and layout work for project staff.
m Review monthly expenditures and CM team scope activities. Prepare and submit invoices
describing CM services provided each month.
Deliverables
w Monthly invoices reports
TASK 2—PREC{>NS[QUCT]()NSERVICES
2.1 Preconstruction Conference: The City will prepare an agenda for, distribute notices of, and
conduct uprecunstruc1ionconference inthe City'uoffices. The Consultant's projectononuger
resident engineer, and inspector will attend the preconstruction conference. The City 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
~ Attend PrcconstructionConference
TASK 3—CONSTRUCTION SERVICES -FIELD
3.1 On -site Observation: The Consultant shall provide the services of one for site
observation will bededicated primarily to the two access improvements (to be scheduled ill 4
bournninionunoincrements)bu{no1Unnkcdtothcooareus allocated uithe City'odirection during
construction activities and other tasks necessary to monitor the progress of tile work.
Construction staff shall oversee the following items ofwork, onthe project site, and will observe
the technical progress ofthe construction, including providing duy'to-duy contact with the
Contractor and the City:
o Preparation including mobilization, and
City oƒTukwila —J029Small Drainage Program Page 2of5 X9G
Construction Management Services Scope oƒ Project Number 19D39
Work 912912029
o Erosion Control
o Cl9P repairs
o Oh|bv repairs
o Restoration prior tolining, and drainage access features construction
o And all incidental hemonecessary tocomplete the Work as described inthe Plans and/or
6nccificationy.
Field inspection staff will perform the following duties while umsite uoumatter o[their daily
activities over the course of the part-time inspection, asdetermined and directed by the City:
o Observe technical conduct of the construction, including providing day-to-day contact
with construction contractor, City, utilities, and other stakeholders, and monitor for
adherence to tile Contract Documents. The Consultant's personnel will act in accordance
with Sections 1-05.1 and |'05.2oftile Standard Specifications.
o Observe material, workmanship, and construction areas for compliance with the Contract
Documents and applicable codes, and notify construction contractor of noncompliance.
Advise the City ofany non -conforming work observed during site visits.
o Document all material delivered to thejob site in accordance with the contract docurnents.
o Prepare daily inspection reports, recording the construction contractor's operations as
ociuu||y observed by the Consultant; includes quantities ofwork placed that day,
contractor's equipment and crews, and other pertinent information.
o Interpret Contract Documents in coordination with the City and KP(J.
o Resolve questions which may arise uotothe quality and acceptability of material
furnished, work performed, and rate of progress of work performed by the construction
contractor.
o Establish communications with adjacent property owners. Respond toquestions from
property owners and the general public. Distribution of notice of night work to be
provided bvCity PM.
o Prepare field records and documents tohelp assure tbc Project is administered in
accordance with the funding requirements.
o Collect and calculate delivery tickets and salesman's daily reports of aggregate. All tickets
will be initialed with correct bid item and stationing identified (Construction Manual 10-
2).
n Attend and actively participate in regular on -site weekly construction meetings.
o Take periodic digital photographs during the course of construction, and record locations.
o Coordinate with the City'omaintenance personnel.
o Punch list. Upon substantial cunnp|cdon of work, coordinate with the Client and affected
agencies, toprepare a 'punch list' ofitems iohccompleted orcorrected. Coordinate final
inspection with those agencies.
Assumptions:
* Consultant will provide observation services for the days/hours that the contractor's
personnel are on-site,part-time inspection to be scheduled in 4-hour minimum increments as
directed by the City.
° Consultant will provide qualified personnel for inspection of all hid item work during
City of Tukwila —J019Small Drainage Program Page 3of5 KPG
Construction Management Services Scope nf Project Number 19039
Work 9/2512019
inspection shifts.
° The Consultant's monitoring of the construction contractor's uodvhiey is to ascertain whether
they are performing the work inaccordance with the Contract Documents; incase of
noncompliance, Consultant will rejectnon-conforming work, and pursue tile other remedies
in the interests o[the City, as detailed iothe Contract Documents. The Consultant cannot
guarantee the construction contractors' performance, and it is understood that Consultant
shall assume no responsibility for: proper construction means, methods, techniques; project
site safety, safety precautions or programs; or for the failure of any other entity to perform
its work in accordance with |uvvu, contracts, regulations, orCiry's expectations.
3.2 Substantial Completion: Upon substatia|mmplutiono[wnrk,coordinute with the City and
other affected agencies, toperform aproject innpccdoouoddcvc|opaoomprchennivc|istnf
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 K4aie,iu|o Testing: Coordinate the work of the materials testing technicians and testing
laboratories in the observation and testing of materials used in the construction; document and
evaluate results of testing; and address deficiencies. Frequency of testing shall be determined by
the resident engineer.
Deliverables
* Construction Reports with projectohotoshmmd'cchmentsofworkohoepvcd—submhtcdonu
weekly basis.
~ Punch List, Certificate of Substantial Completion
• Review test reports for compliance
TASK ].4—CONSTRUCTION SERVICES —OFFICE
A. PlanInterpretations: Provide technical oythe drawings, specifications, and
contract documents, and evaluate requested deviations frorn the approved design or
specifications. Coordinate with City for resolution of issues involving scope, schedule, and/or
budget changes.
B. Weekly Meetings: Lead weekly meetings, including preparation of agenda, meeting minutes,
and distribution of minutes to attendees. Outstanding issues to he tracked on an/eck|y basis.
C. Record Drawings: Review record drawings prepared by the Contractor, and prepare a conformed
set ofproject recooddrup/inAm based on Contractor provided information and Ko/n inspection
notes. }iccooj drawings to be verified on unmonth|y basis, as part ofthe progress payment to tile
Contractor. Upon project oomp|chon,cootruc1orpvovidcdnnurkupsv/i||hcvchfiedfor
completeness and supplemented with inspection information. The Consultant will provide the
marked up plan sheets with both the contractors and inspectors as -built information tothe design
team tumake revisions in &utoCADand prepare record nmy|an.
D. 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.
E. Project Closeout: Transfer all project docunmcctytothc[ityfhrperruaneo1otormge.
° Meeting agendas and notes
• Physical Completion Letter
* Final Project Docunnentx
� Record D,up/inAs(/\utoCA[), pdf, and ] {u|\ size nny\u,copy)
City oƒTukwila —2D29Small Drainage Program Page 4o/5 KPG
Construction Management Services Scope nƒ Project Number 190]9
Work 912512019
EXHIBIT A-1
TASK 3.5 — 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 logged and tracked.
B. Request for Information (RFI): Review and respond to RFI's. RFI's shall be logged and tracked.
Deliverables
• Submittal log
• RFI Log
City of Tukwila — 2019 Small Drainage Program Page 5 of 5 KPG
Construction Management Services Scope of Project Number 19039
Work 9/25/2019
HOUR AND FEE ESTIMATE
City of Tukwila
0
a.
•
•
CD
<D
0
o
.
E SD)
o c
E 0 a
(5 0 0
co
C ci)
CL 0 to
4) (0) I)
cr,
c.
0
as +
z
>s
—
To" 4) 0,
E E c
u) 73c f,
CO 0,) ••••
0 0
Cs1 < (0
0)
0
0
0
0
CO
0
0
0
0
0
(0
0
0
co
co
0
0
0
0
CO
0
"Cr
CO
Op
csi
t) C
.0
t•o'
Em 5°
0 c,
Lu —
0
CD .0
o
.>
7) -2
c
o CD
0
2.)
a-
E
'Po
uJ
0)
0)
c
0
c
0
a.
.he
cs)
-0=
0
2
a)
0
0)
*E
c
0
2
8
0
0
0
0
0
0
0
0
CO
0
CO
Construction Period Budget Estimate 6
(NI
"TO
-o
-o
0)
f)
0)
0
0)
CT)
0
cc
0
CO
0
0
•—
(t)
0
CO
0
0
CO
CO
CO
0
• _
0
0
as
.0
a)
0
a)
CV
CV
Reimbursables & Subconsultants
o 0 0 0 0
00000
0 0 0
ooL000
LO N. 61 CI
(NI C
69 V9 (i9 69 69
0 0) CD CO
0 0 0)
0 0)
CE
0) a .E .0 c:>
c o a> U- 0
«5 ..0 > 2,„ a>
a> (,)
CD 5,
WI .4 VC-) GC 2
= 2
CD 0 0
Iii C tr> 0
2 o c =
.8 8 o
03,
. c
0.) ,
Ils -(5
o o
cn
c, 111f
z
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number: 19-061
Council Approval 4/1/19
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.
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 Liabili 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' Com ensation 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. A licable Law; Venue; Attornev'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, 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
CITY OF TUKWILA
Mayor, Allan Ekber;
Attest/Authenticated:
City Clerk, Christy O'Flaherty
, 2019.
CONSULTANT
By:
Printed Name:Nelson Davis, KPG
Title:_Principal
Approved as to Form:
OOf ice of the CIIS Attorney
CA revised : 1-2013
Page 5
EXHIBIT A
City of Tukwila
2019 Small Drainage Program
Scope of Work
March 4, 2019
PROJECT DESCRIPTION
The Consultant shall prepare fmal 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 42nd
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 61s` Avenue South (DR04298 to DR04726)
5. South 140th Street at 38th Avenue South (DR04742 to DR04743 to DR04724)
6. South 152nd Street at 42nd Avenue South (DR02222 to DR02223 to DR 01867)
7. South 130" Street at 33rd Place South (DR04373 to DR04372 & DR04371 to DR04370)
8. 40th 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 KPG
2019 Small Drainage Program Page 1 of 4 March 2019
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 KPG
2019 Small Drainage Program Page 2 of 4 March 2019
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 KPG
2019 Small Drainage Program Page 3 of 4 March 2019
• 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 Y2 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 KPG
2019 Small Drainage Program Page 4 of 4 March 2019
HOUR AND FEE ESTIMATE
City of Tukwila
0.
2019 Small Drainage Program
C
a:.
a
0
a
1-
E
0
co
10
!0
1-
o
0
N
0 1 $ 8,712.00
o
A-rn
h
fA
o
M)
EA
o
A-o
M
(me
00000
R.
fH
0 $ 5,334.00
2 $ 2,124.00
2 $ 1,564.00
2 $ 1,664.00
4 1 $ 3,212.00
0 $ 2,844.00
2 $ 744.00
2 $ 4,058.00
O
C.CCOO
N
69
1 $ 200.00
0
69.69.
0
N
24 $ 78,984.00
0000
,.
0
0.1
0
0
CO
0
0
0
0
0
0
N
0
0
N
0
0
0
0
0
0
0
0
0
',.....0
0
0
0
20
O
O
0
8 1 16 I 24 1
CO
N
24 8 I 8 1
O
CO
24 1 24 I 8
N'
N
CO
0
CO
d'
0
At
0
0
N
0
O
CO
8 1 8 I 0
0
0
8 I 8 I 8
0
a0
tO
ea
csi
0
0
0
N
O
N
0
0
0
0
CO
0
0
0
0
0
O
0 0
N0000N
N
2 ( 0
2 1 0
2 I 0
O
N
N
N
O
N
O
a0
C
0
CAM
C3
C
a)
N
m
co
co
1.2 Survey and Base Maps
1.3 Site 1 Design
1.4 Site 2 Design and legal descriptions
1.5 Site 3 field review and minor updates
1.6 Site 4-8 CIPP lining design
1.7 50%, 90%, and Bid Submittals
1.8 Prepare SEPA Checklist
1.9 Prepare JARPA / WDFW coordination
1.10 Prepare building permit applications for sites 1 and 3
1.11 Prepare Specifications
1.12 Quantity and Cost Estimating
1.13 Utility coordination
1.14 Finalize Bid Documents
1.15 Bid Period Services
Reimbursable - Mileage
Reimbursable - Reproduction
Reimbursable - Structural Allowance
Task 1 Total
0
0
co
69.
Total Estimated Fee: