HomeMy WebLinkAboutReg 2019-08-05 Item 4D - Contract - Storm Water Quality Retrofit Feasibility and Design with KPG Inc for $282,440COUNCIL AGENDA SYNOPSIS
ImtiaIs
Meet/ ns Date
Prepared by
Mayor's review
Council review
08/05/19
HK
LAI
ITEM INFORMATION
ITEM NO.
4.D.
STAFF SPONSOR: MIKE PERFETTI
ORIGINAL A(FNI)A DATk: 08/05/19
AGkNDA Imm TITIE Surface Water Fund - Storm Water Quality Retrofit Program
Design Consultant Selection and Agreement with KPG, Inc.
Cxvi(;( )R\ LJ D tircussi on
AltDate
El Motion
Mis Date 08/05/19
[11 Resolution
AN Date
II j Ordinance
Mtg Date 0
. Bid
/12pard
0 Public Hearing
Altg Date
0 Other
Alts Date
A ig Date
SPONSOR Council Mayor HR EIDCD Finance EFire ETS IIIP&R Police EIPIF CouT7
SPoNS0R'S Council is being asked to approve the design contract with KPG, Inc. for the Storm Water
SUMMARY Quality Retrofit Project. This project will improve water quality at select City -owned and
operated stormwater discharge points at various locations throughout the City. The project
is funded by a WA State Department of Ecology grant. KPG was selected from three design
consulting firms. Council is being asked to approve the KPG, Inc. consultant design
agreement for $282,440.00.
Rivit,:wil) BY El C.O.W. Mtg. 0 CDN Comm Lil Finance Comm.
Z Trans &Infrastructure fl Arts Comm. 0 Parks Comm. [II
DATE: 07/16/19 COMMITTEE CI-IAIR: ZAK
. Public Safety Comm.
Planning Comm.
IDAN
RECOMMENDATIONS:
SvoNsoR/ADmiN.
CommITIEF
Public Works Department
Unanimous Approval; Forward to Regular Consent
COST IMPACT / FUND SOURCE
EXIT:NIA-TURF RFQUIRk ) AMOUNT BUDGETED APPROPRIATION REQUIRED
$282,440.00 $299,000.00 $0.00
Fund Source: SURFACE WATER - 412
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
08/05/19
MTG. DATE
ATTACHMENTS
08/05/19
Informational Memorandum dated 07/12/19
Proposal Review Summary Sheet
Page 89, 2019 CIP
Consultant Agreement
Minutes from the Transportation and Infrastructure Committee 07/16/19
11
12
Allan Ekberg, Mayor
Public Works Department - Henry Hash, Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Henry Hash, Public Works Director°
BY: Mike Perfetti, Habitat Project Manager
CC: Mayor Allan Ekberg
DATE: July 12, 2019
SUBJECT: Surface Water Fund — Storm Water Quality Retrofit Program
Project No. 91241202
Design Consultant Selection and Agreement
ISSUE
Approve a contract with KPG, Inc. to provide project feasibility and design services for the Storm
Water Quality Retrofit Project in the amount of $282,440.
BACKGROUND
The Storm Water Quality Retrofit Project is intended to improve water quality at select City -owned
and operated stormwater discharge points at various locations throughout the City. The goal is to
reduce the amount of stormwater-generated pollutants that are being discharged to the Green-
Duwamish River from City roads in order to improve water quality conditions for endangered salmon
species and other fish and wildlife. The design phase of this project entails the evaluation and
prioritization of eight stormwater outfalls identified by City staff. Up to four of the sites will be designed
to 100%, for which construction funding sources will be sought at a later date.
DISCUSSION
Staff reviewed the current MRSC Consultant Roster and an RFP was sent to several dozen design
firms. Three firms submitted proposals; KPG, Inc., TetraTech and PACE Engineering. The proposals
were scored according to predefined criteria by a three -person selection committee. KPG was the
highest-ranking firm among all three committee members and was invited to interview. KPG has
designed the Annual Small Drainage Program since 1991 as well as other surface water projects
and Public Works staff continues to be very satisfied with their work.
FINANCIAL IMPACT
The proposed fee for the design work is $282,440 for the Storm Water Quality Retrofit Project. The
2019 design budget is $299,000 and a Department of Ecology Stormwater Financial Assistance
Program grant will fund $244,375 on a reimbursable basis.
RECOMMENDATION
Council is being asked to approve a consultant agreement with KPG Inc, in the amount of $282,440
for project feasibility and design of the Storm Water Quality Retrofit Project and consider this item
on the Consent Agenda at the August 5, 2019 Regular Meeting.
ATTACHMENTS
• Proposal Review Summary Sheet
• Page 89, 2019-2024 CIP
• Consultant Agreement
13
14
Consultant Proposal Review Committee Scoring and Ranking Form
Tally Sheet
Project
Proposing Firm and Rank
Stormwater duffel! Water Quality Retrofit
Project Proposal Review (100 points max)
KPG
Pace
Tetra Tech
Hari Ponnekanti, City Engineer
Jeff Heglund, S&SW Maintenance Superintendent
1
L,.+
-27
Mike Perfetti, Habitat PM
'
Z.
3
TOTALS
(Lowest # is best)
(
t
Cumulative Firm Rank
(Lowest # is best)
W:\PW Eng\PROJECTS1r\- DR Projects\Storm Water Quality Retrofit (01241202)t01 Preliminary EngineeringlConsultant Selection\SWQRP Proposal scoring sheet template
15
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2019 to 2024
PROJECT: Storm Water Quality Retrofit Program Project No. 91241202
DESCRIPTION: Provide, design, and install water quality testing and improvements at selected drainage locations.
JUSTIFICATION: Most surface water is discharged directly to receiving water bodies untreated.
STATUS: Water quality was added to Interurban Ave S in 2015 and 53rd Ave S in 2018.
MAINT. IMPACT: Expected to increase maintenance.
COMMENT: Combine with other CIP projects for design and construction, where feasible. A 2017 WA State Department of
Ecology grant was awarded for $244,375 with a City match of $43,125.
FINANCIAL Through Estimated
2018 2019
2020
2021
2022
2023
2024
BEYOND TOTAL
EXPENSES
Design
1
299
20
20
10
10
15
20
395
Land(R/W)
0
Const. Mgmt.
15
15
15
15
15
10
15
100
Construction
45
80
1,000
40
80
80
80
1,405
TOTAL EXPENSES
1
0
359
115
1,035
65
105
105
115
1,900
FUND SOURCES
Awarded Grant
244
244
Proposed Grant
850
850
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
1
0
115
115
185
65
105
105
115
806
TOTAL SOURCES
1
0
359
115
1,035
65
105
105
115
1,900
Project Location:
Entire System
16 2019 - 2024 Capital Improvement Program
89
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT AGREEMENT FOR
PROJECT FEASIBILITY, DESIGN AND ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and KPG, 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 project feasibility,
design and engineering services in connection with the project titled Stormwater Outfall
Water Quality Retrofit Project.
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. 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 April 30, 2021 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 $282,440.00 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.
17
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.
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.
CA revised : 1-2013
18
Page 2
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.
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.
CA revised : 1-2013
Page 3
19
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; 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.
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
3131 Elliott Ave 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.
CA revised : 1-2013
20
Page 4
DATED this
day of , 20
CITY OF TUKWILA CONSULT. NT
ByL
Printed Name:
Title: .57'2 P47--r-L-751 /11/
Allan Ekberg, Mayor
Attest/Authenticated. Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1-2013
Page 5
21
22
EXHIBIT A
City of Tukwila
Stormwater Outfalt
Water Quality Retrofit Project
Scope of Work
June 6, 2019
This project will evaluate and prioritize eight existing outfall locations that discharge untreated
stormwater into the Green and Duwamish Rivers, and prepare preliminary and final design for
stormwater treatment facilities for the four highest -ranked locations.
The City of Tukwila ("City") has obtained a grant from the State of Washington Department of Ecology
("Ecology") to fund this project. Specific requirements of the grant are documented in Agreement No.
WQC-2017-Tukwil-00158 ("Grant Agreement"), which has been executed by the City and Ecology.
KPG, P.S. ("KPG") will support this project by providing professional services as described in the
following Scope of Work.
TASK 1 — MANAGEMENT / COORDINATION / ADMINISTRATION
1.1 The Consultant will provide continuous project management for the project duration.
1.2 The Consultant shall prepare monthly progress reports identifying work in progress, upcoming
work elements, and reporting of any delays, problems, or additional information needs. The
monthly progress reports shall be submitted with invoices.
1.3 The Consultant will prepare for, attend and provide written meeting notes for six in -person
design coordination meetings with City staff held at Tukwila City Hall and six conference calls
or videoconferences.
1.4 The Consultant will provide internal quality assurance/quality control (QA/QC) reviews of all
major deliverables prior to submittal to the City.
Task 1 Deliverables:
• Monthly progress reports
Task 1 Assumptions:
■ Estimated project duration is 12 months
■ City will prepare all progress reports and reimbursement requests for Ecology required by Task 1
of the Grant Agreement
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project Page 1 of 7
KPG, Inc.
June 6, 2019
23
TASK 2 — SITE EVALUATION AND PRIORITIZATION
This task will evaluate and prioritize nine potential storm water quality retrofit sites.
2.1 Obtain and review City GIS data, available record drawings, and aerial imagery for the eight
potential outfall retrofit sites and upstream tributary areas. This task will seek to:
• Determine the approximate configuration (horizontal and vertical) of the existing
drainage system in the vicinity of the outfall.
• Compare the elevation of the conveyance system to river water elevations (ordinary
high, flood stage).
• Determine if elevational drop exists within the drainage system upstream of the outfall.
• Estimate the size and characterize land use of the upstream drainage basin.
• Identify potential right-of-way constraints and utility conflicts.
• Identify additional information needed to complete the evaluation of each site.
2.2 Perform one site visit to each potential retrofit location to observe site conditions and obtain
additional information not available from record sources. Limited field survey of storm drainage
conveyance systems will be performed if required to identify rim and invert elevations not
available in GIS data.
2.3 Prepare conceptual retrofit design for each site. Create GIS and/or record drawing -based
maps for each potential retrofit site showing contributing tributary areas and potential water
quality retrofit system configurations.
2.4 Prepare planning -level cost estimates for each potential retrofit site/alternative.
2.5 Perform retrofit site/alternative evaluation and document findings in an evaluation matrix.
Evaluation criteria to include pollution reduction (treatment area and land use), construction
cost, maintenance cost, permitting requirements, and other criteria to be discussed with the
City. Utilize numerical criteria ratings and weighting factors to develop a draft prioritization list.
Subconsultants GeoDesign (geotechnical) and Parametrix (permitting) will provide input to this
subtask.
2.6 Revise and finalize site/alternative figures and evaluation matrix based on input from the City.
Task 2 Deliverables:
■ Site/alternative retrofit figures/maps (draft and final - PDF)
■ Site/alternative evaluation matrix (draft and final - PDF)
• Permit matrix (PDF)
Task 2 Assumptions:
• City will provide current GIS data (shapefiles) consisting of storm drainage pipes, structures, open
channels, and elevation contours, buildings, and pavement edges (as available).
• City will provide available record drawings for existing public and private improvements in vicinity
of outfall retrofit site locations.
■ Alternative water quality retrofit concepts will be developed to an approximate 10% level of design.
• Retrofits utilizing pump stations will not be considered.
City of Tukwila KPG, Inc.
Stormwater outfall Water Quality Retrofit Project Page 2 of 7 June 6, 2019
24
TASK 3 — SURVEY AND BASE MAPPING
This task will provide topographic survey and base map preparation for four retrofit site locations. This
task will also include the work necessary to establish the existing right of way (ROW) and parcel lines
using King County recorded documents.
3.1 Establish horizontal and vertical control points along the corridor for field topographic survey.
Basis of control will be: Horizontal NAVD 83/2011, Vertical NAVD 88. Control points will be
established and will be made available for use during design/construction. The consultant will
locate, field survey, and calculate positions for monuments and control points throughout the
project limits, using the Washington State Plane coordinate system. Conventional or GPS
surveying methods will be used on this project.
3.2 The Consultant will perform field survey of planimetric features and utilities. Consultant shall
subcontract with a utility locating company to paint all underground utility locations within
survey area prior to performing field surveys. Topographic mapping of the existing ground will
be taken at approximately at 25-foot intervals (to provide 2-foot contour intervals). Irrigation
systems will not be included. Perform observation and measure -downs of existing storm drain
catch basins and manholes and sewer manholes. The approximate size, type (brick,
concrete), and general condition of the structures to confirm suitability for continued use, and
approximate size and location of pipes will be documented. These observations will be made
from the surface.
3.3 The Consultant will perform CADD mapping work to prepare 1"=20' topographic base map and
digital terrain model (DTM) in AutoCAD 2018 format of the project within the project area.
3.4 The locations of utility potholes will be surveyed and added to the base map.
3.5 The Consultant shall calculate right of way and parcel lines within the project area to be shown
on the base map.
Task 3 Deliverables:
■ Electronic Base Map showing utility locations, surface features, contours, and existing right-of-
way.
Task 3 Assumptions:
■ The level of effort Task 3 has been developed prior to selection of the retrofit locations and
configurations. Selection of retrofit alternatives with a size and complexity greater than assumed
may require modification to the scope of work and budget.
■ Base map will be prepared in AutoCAD Civil 3D 2018 using KPG drafting standards
■ Right-of-way plans, legal descriptions, or acquisition will not be required.
■ Potholing, if required, will be provided by private utility owners.
TASK 4 — GEOTECHNICAL
4.1 Geotechnical services will be performed to support design and construction of the new water
quality retrofit facilities. The purpose of these services will be to explore subsurface conditions
at the proposed locations of the improvements and provide geotechnical services to support
City of Tukwila
Stormwater outfall Water Quality Retrofit Project Page 3 of 7
KPG, Inc.
June 6, 2019
25
design of the planned improvements. This work will be performed by subconsultant
GeoDesign, Inc. The specific scope of services will include:
• Plan and conduct a geotechnical field investigation at up to four site locations. Each site
location will include up to two soil borings to a depth of up to 20 feet below ground surface
(BGS) (up to eight borings total) and installation of a standpipe piezometer at up to two site
locations. The wells will be installed within one of the borings.
• Obtain right-of-way (ROVV) permits.
• Complete a site visit to mark the subsurface exploration locations for utility locates.
• Provide traffic control during the subsurface explorations.
• Explore subsurface conditions at up to four site locations by completing up to two hollow -stem
auger borings to a depth of up to 20 feet BGS. Install a standpipe piezometer at up to two site
locations to monitor groundwater levels.
o A site plan of proposed boring locations will be provided to KPG and the City for review
prior to starting field explorations.
o All borings will be patched with EZ Street brand polymer -modified patch compound.
An HS-20 rated, steel, flush -mount monument will be installed at the well locations.
• Maintain a detailed log of the explorations and collect samples of the pavement, base, and
subgrade materials encountered.
• Collect soil samples at select depths in the explorations and complete laboratory testing on
select samples. Up to eight moisture content determinations and four percent fines content
determinations will be completed.
Task 4 Deliverables:
• Geotechnical Report (draft and final - PDF)
Task 4 Assumptions:
• Borings will be located within the public ROW and that the City will waive any permit fees
associated with obtaining the permits to complete our field work.
TASK 5 — PERMITTING
5.1 Executive Order (EO) 05-05 requires all state agencies with capital improvement projects to
consult with the Department of Archaeology and Historic Preservation (DAHP) and concerned
tribes. Complying with EO 05-05 will involve completing the following tasks:
• Identification of the project's area of potential impacts (API). The API shall be mapped and
include all areas proposed for ground disturbance, including staging areas.
• Preparation of Ecology's EO 05-05/Section 106 NHPA Project Review Form.
• Preparation of an Inadvertent Discovery Plan (IDP) utilizing Ecology's standard IDP form.
An allowance has been included for preparation of a cultural resources assessment by
subconsultant Cultural Resource Consultants, if required as a result of agency/tribal
consultation.
5.2 The Consultant shall prepare SEPA documentation consisting of a draft Environmental
Checklist for finalization by the City. This subtask will be performed by subconsultant
Parametrix.
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project Page 4 of 7
KPG, Inc.
June 6, 2019
26
5.3 The Consultant shall prepare an application form for a Shoreline Substantial Development
Permit for the project improvements. A written discussion of project consistency with the
Review Guidelines will be included. This subtask will be performed by subconsultant
Parametrix.
Task 5 Deliverables:
• EO 05-05 Project Review Form (draft & final — PDF).
• Inadvertent Discovery Plan (draft & final — PDF).
■ Draft SEPA Checklist & ESA Screening Checklist (PDF).
• Shoreline Substantial Development Permit application (PDF).
Task 5 Assumptions:
• EO 05-05 Project Review Form and IDP will be submitted to Ecology by City.
• Fees, signage, and public notice of SEPA will be by the City.
■ No sensitive areas special studies will be required.
• No water resources permits (WDFW Hydraulic Project Approval, Corps of Engineers 404/10
Permit, Ecology 401 Water Quality Certification) will be required.
TASK 6 — PRELIMINARY AND FINAL DESIGN
The Consultant shall prepare preliminary design and final plans, specifications and cost estimate for
review and approval by the City and Ecology. Plans shall be formatted to provide sufficient detail for
convenient field layout of all proposed facilities and City standard details and WSDOT standard plans
will be supplemented with project specific details as required. This task shall also include preparation
of items required for the Design Report and 90% Design Package submittals to Ecology, contents of
which shall be prepared in accordance with the Ecology publication "Design Deliverables for
Stormwater Projects with Ecology Funding", dated June 2018.
6.1 The Consultant shall perform preliminary design of facilities at the four selected retrofit
locations and prepare 30% drawings. In general, these plans will convey the proposed
horizontal locations of improvements but will not include construction notes, specific
construction details; however preliminary storm drainage profiles will be provided. If required
based on the results of the topographic survey, additional alternative retrofit configurations will
be analyzed at a 10% level of design to supplement the alternatives analysis performed for
site evaluation and prioritization (Task 2), prior to completing the 30% drawings.
6.2 The Consultant shall prepare a Design Report to document the design as specified in the
Ecology publication "Design Deliverables for Stormwater Projects with Ecology Funding",
dated June 2018.
6.3 The Consultant shall respond to Ecology comments on Design Report submittal, and prepare
a revised Design Report if required.
6.4 The Consultant shall coordinate with City and franchise utility companies impacted by the
project improvements. This effort will include sending letters to all utility providers serving the
project site areas to confirm utility locations, identify planned upgrades, identify potential
conflicts, and develop plans for resolving conflicts.
City of Tukwila KPG, Inc.
Stormwater Outfall Water Quality Retrofit Project Page 5 of 7 June 6,2019
27
6.5 Following Ecology acceptance of the Design Report, the Consultant shall prepare 90% design
drawings for the project. The 90% submittal will include responses to all comments received
from the 30% review by the City. Following an initial review by the City, the same 90% design
plans will be submitted to Ecology as part of the 90% Design Package specified by the grant
agreement.
6.6 The Consultant shall respond to Ecology comments on 90% Design Package, and if required
prepare a revised 90% Design Package for submittal to Ecology.
6.7 Following Ecology acceptance of the 90% Design Package, the Consultant shall prepare
100% design drawings for the project for submittal to the City. The 100% submittal will include
responses to all comments received from the 90% review by the City.
6.8 The Consultant will calculate quantities and prepare construction cost opinions in support of
the 30%, 90% and 100% Plans.
6.9 The Consultant will prepare specifications for review and approval by the City at the 90% and
100%. Specifications will be based on 2018 WSDOT Standard Specifications, using contract
boilerplate and general special provisions provided by the City.
Task 6 Deliverables:
■ 30% Plans and Cost Estimate (PDF)
• Design Report (draft and final - PDF)
• Design Report resubmittal (if required by Ecology - PDF)
■ 90% Plans, Cost Estimate and Specifications (PDF)
• 90% Package resubmittal (if required by Ecology - PDF)
■ Responses to City Comments (30%, Design Report, 90% - PDF)
• Responses to Ecology Comments (Design Report, 90% - PDF)
• 100% Plans, Cost Estimate and Specifications (PDF)
Task 6 Assumptions:
• The level of effort for final design of four selected retrofit sites has been developed prior to
selection of the retrofit locations and configurations. Selection of retrofit alternatives with a size
and complexity greater than assumed may require modification to the scope of work, potentially
reducing the number of sites to be taken to final design and/or elimination of the 100% design
subtask.
• 30% Plans content:
1 Cover Sheet
1 Legend and Abbreviations
6 Site Preparation and TESC Plans
6 Storm Drainage Plans
4 Storm Drainage Profiles
Total: 18 Sheets
• 90% & 100% Plans content:
1 Cover Sheet
1 Legend and Abbreviations
6 Site Preparation and TESC Plans
1 TESC Notes and Details
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project Page 6 of 7
KPG, Inc.
June 6, 2019
28
6 Storm Drainage Plans
4 Storm Drainage Profiles
6 Storm Drainage Details
4 Landscape Plans and Details
Total: 29 Sheets
Additional Services
The City may require additional services of the Consultant in order to advance the project corridor
through final design, bidding and/or construction. This work may include items identified in the current
task authorizations as well other items, which may include, but are not necessarily limited to the following:
• Public outreach support
• Water resources permits
• Right of way and easement research and/or acquisition
• Providing bid documents and bid period assistance
• Providing construction phase support
• Preparation of Record Drawings
These services will be authorized under a future contract supplement if necessary. At the time these
services are required, the Consultant shall provide a detailed scope of work and an estimate of costs.
The Consultant shall not proceed with the work until the City has authorized the work and issued a
notice to proceed.
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project Page 7 of 7
KPG, Inc.
June 6, 2019
29
30
EXHIBIT B
PRIME CONSULTANT COST COMPUTATIONS
Client: City of Tukwila
Project: Stormwalor Outrall Water Quality Retrofits
KPG PROJECT NUMBER: 19057
DATE: June 2019
t68
;Sy. Trarisp;
Plannilr:
Task 1 • Management/Coordination/Administration
1.1
1.2
1.3
1.4
Project management and administrative services
Progress reports
City staff coordination meetings 8 conference calls
QA/OC reviews
Task Total
2
12
id
0
12
12
24
24
72
18
18
18
18
0
0
12
12
26
60
36
134
5 4,952.00
2208.00
5 9,924.00
7,200.00
23,384.00
Task 2 - Site Evaluation and Prioritization
2.1
Obtain and review GIS data and record drawings
4
16
2.2
Perform site reconnaissance and invert elevation survey
12
20
16
28
2.3
2.4
Prepare conceptual retrofit des' ns
Prepare planning -level cost estimates
4
20
2
20
8
53
4,304.00
9,856.00
8,024.00
2.5
2.6
Perform draft retrofit sitelaiternative evaluation
Perform final retrofit site/alternative evaluation
2
2
2
4
4
16
24
15
1,636.90
3,736.00
2.384.00
Task Total
4
0
21
50
88
18
0
16
0
195
S 29,940.00
Task 3 - Survey and Base Mapping
3.1
3.2
Establish horizontal and vertical control
Perform field wrvey
2
4
40
10
3.3
3.4
3.5
Perform CADD mapping
Surrey potholes
ROW research and calculations
2
20
88
4
12
90
20
2.148.00
5 16,120.00
10,716.00
2,480.00
2,800.00
Task Total
0
92
62
34,244.00
Task 4 - Geotechnical Report
4.1 jGeotethnical exptoredon and report for 4 sites
4
4
1,296.00
Task Total
4
4
0
0
1,296,00
Task 5 - Permitting
5.1
52
5.3
Cultural resources: API, 05-05 form, IDP
SEPA documentallan
Shoreline permit application
Task Total
0
2
2
12
2
16
9
14
4
21
5 2 048.00
648.00
464.00
3,160.00
Task 6 - Preliminary and Final Design
6.1
6.2
6.3
6.4
6.5
6.6
6.7
8.8
6.9
Prepare 30% design drawings
Prepare Design Report
Respond to Ecology comments on Design Report
Utility coordination
Prepare 90% design drawings
Respond to Ecology comments on 90% Design Package
Prepare 100% design drawings
Prepare construction cost estimates (30%, 90%, 100%)
Prepare specifications (90%, 100%)
2
4
2
2
2
18
16
4
2
4
8
12
24
40
80
12
16
16
40
100
36
24
24
24
40
40
120
24
40
24
16
162
20
18
400
20
98
58
62
Task Total
12
0
102
212
0
232
72
24
0
5 21,672.00
14,264.00
3,000.00
5 2,816.00
55,080.00
3.184.00
13,312.00
8,976.00
9,712.00
$ 132,016.00
Hours'and feel
8'
Subconaultants
Utility Locate Service
Geolectinical - GeoDeslgn Inc.
Permitting - Parametric (Site Evaluation, SEPA & Simrelhes)
Cultural resources survey/assessment (it required) - Cultural Resource Consultants
5.000.00
26,100.00
$ 21,700.00
5,000.00
Subtotal
Administrative Charge (0%)
Total Subco resultant Expanse
$ 57,800.00
S 67.800.00
Reimbursable Direct Non -Salary Costs
Mileage at current IRS race
Reproduction Allowance
Total Reimbursable Expanse
$
600.00
600.00
Tot2
td Budget
City of Tukwila
City Council Transportation & Infrastructure Committee
TRANSPORTATION & INFRASTRUCTURE COMMITTEE
Meeting Minutes
July 16, 2019 - 5:30 p.m. - Hazelnut Conference Room, City Hall
Councilmembers: Zak Idan, Chair; Kate Kruller, Thomas McLeod
Staff: Henry Hash, Hari Ponnekanti, Bryan Still, Greg Villanueva, Mike Perfetti, Peter Lau,
Han Kirkland, Adam Cox, Cyndy Knighton, Chris Andree, Alison Turner
Guests: Matthew Bates, resident
CALL TO ORDER: Chair Idan called the meeting to order at 5:30 p.m.
I. BUSINESS AGENDA
A. WSDOT Transportation Demand Management Program Allocation 2019-2021
Staff is seeking Council approval to accept the biennial Washington State Department of
Transportation (WSDOT) Transportation Demand Management allocation in the amount of
$74,205.00 for 2019-2021. This allocation is a renewal that is consistent with previous allocations
and provides funding for the City's TDM activities that include consultation, technical assistance,
training, and more. UNANIMOUS APPROVAL. FORWARD TOAUGUST 5, 2019 REGULAR CONSENT
AGENDA.
B. Consultant Agreement: Surface Water - Storm Water Quality Retrofit Program
Staff is seeking Council approval of an agreement with KPG, Inc. in the amount of $242,440 for
project feasibility and design of the Storm Water Quality Retrofit Project. This project is intended
to improve water quality at select City -owned and operated stormwater discharge points and
reduce pollutants discharged from roadways to the Green-Duwamish River. UNANIMOUS
APPROVAL. FORWARD TO AUGUST 5, 2019 REGULAR CONSENT AGENDA.
C. Contract Amendment: Annual Bridge Inspections & Repair 2019
Staff is seeking Council approval of an amendment to Contract 18-244 with TranTech Engineering
in the amount of $68,163 for activities within the Annual Bridge Inspections & Repair Program. The
amendment will support the remaining design and supply construction management support for
the S. 196th/200th St. Bridge Improvements as well as support for the 42"d Avenue South Bridge load
ratings and BRAC grant application along with miscellaneous bridge report. The new contract total
will be $107,680 and the project budget is $335,000.00. UNANIMOUS APPROVAL. FORWARD TO
AUGUST 5, 2019 REGULAR CONSENT AGENDA.
D. Project Completion: South 144th Street Phase II (42"d Avenue South - TIB)
Staff is seeking Council approval of contract completion and release of retainage to Marshbank
Construction, Inc. in the amount of $1,932,044.97 for the South 144th Street Phase II (42"d Avenue
South - Tukwila International Boulevard) Project. This project reconstructed 780 lineal feet of
street improvements including asphalt paving, curbs, gutters, sidewalks, bicycle lanes, on -street
parking, retaining walls, utility adjustments, storm drainage, illumination, and a new signal. Final
costs were under budget. UNANIMOUS APPROVAL. FORWARD TO AUGUST 5, 2019 REGULAR
CONSENT AGENDA.
33