Loading...
HomeMy WebLinkAboutReg 2020-03-16 Item 4D - Agreement - 2020 Annual Small Drainage Program with KPG Inc for $92,472COUNCIL AGENDA SYNOPSIS Meeting Date Prepared b Mayor's review Council review 03/16/20 GL ITEM INFORMATION ITEM NO. 4.D. STAFF SPONSOR: RYAN LARSON I ORIGINAL AGENDA DATE: 03/16/20 AGENDA I1TiN'I TI1ZI�. Surface Water Fund - 2020 Annual Small Drainage Program Design Consultant Contract with KPG, Inc. CATEGORY ❑ Discussion ll7tg Date ® Motion Mt g Date 03116120 ❑ Resolution Mtg Date ❑ Ordinance Mt g Date ❑ .BidAmard Mtg Date ❑ Public Hearing Mtg Date ❑ Other Mtg Date SPONSOR ❑Council ❑Mayor ❑HR ❑DCD ❑Finance ❑Fire ❑TS ❑P&R ❑Police ®PW ❑Court SPONSORS This contract is for design of the 2020 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. Six sites were compiled throughout the City for small drainage improvements, with one site substantially designed in 2018, but not constructed due to permitting. Design budget is only $80,000 and $12,472 will come from the construction budget. Council is being asked to approve the design contract with KPG for $92,472.00. REVIEWED BY ® Trans&Infrastructure ❑ CommunitySvs/Safety ❑ Finance Comm. ❑ Planning/Economic Dev. ❑ LTAC ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm. DATE: 03/02/2020 CONMTTEECHAIR: DELOSTRINOSJOHNSON RECOMMENDATIONS: SPONSOR/ADMIN. Public Works COMMITTEE Majority Approval; Forward to Regular Consent Agenda COST IMPACT / FUND SOURCE EXPLNDITURG REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $92,472.00 $92,472.00 $ Fund Source: 412 SURFACE WATER FUND Comments: Page 88, 2019 CIP MTG. DATE RECORD OF COUNCIL ACTION 03/16/20 MTG. DATE ATTACHMENTS 03/16/20 Informational Memorandum dated 02/28/20 (revised after 3/2/20 TIC) Qualification Review Page 88, 2019 CIP KPG Design Consultant Contract 2020 Small Drainage Project List Minutes from Transportation and Infrastructure Committee meeting of 03/02/20 19 20 TO: FROM: BY: CC: DATE: City of Tukwila Allan Ekberg, Mayor Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM Transportation and Infrastructure Committee Henry Hash, Public Works Director Ryan Larson, Senior Program Manager Mayor Allan Ekberg February 28, 2020 (revised after 312120 TIC) SUBJECT: Surface Water Fund - 2020 Annual Small Drainage Program Project No. 92041201 Design Consultant Selection and Agreement ISSUE Approve a contract with KPG, Inc. (KPG) to design the 2020 Annual Small Drainage Program. ��Ta:(d7�111�1� 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 2020 Annual Small Drainage Program, staff is proposing the design of six projects for possible construction in 2020. DISCUSSION The current MRSC Consultant Roster was reviewed and three firms were short-listed to provide design services. The firms were KPG, PACE, and Otak. The Summary of Qualifications for project design and construction management 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 2019 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 six projects for design in 2020. One of the projects was substantially designed in 2018, but not constructed due to permitting. The design projects are: 1. 40th Ave S Drainage System 2. Klickitat Dr at 53rd Ave S (replace pipe) 3. S 124th St from 42Dd Ave S to 45th Ave S 4. 57th Ave S at Golden Nugget (rebuild catch basin) FINANCIAL IMPACT 5. 42Dd Ave S Drainage Structure (permitting) 6. 48th Ave S. from S 124th to S 122nd Streets KPG's proposed fee for the 2020 Small Drainage Program's design contract is $92,472.00 and the 2020 design budget is $80,000. The funding shortfall of $12,472.00 will come from the available $515,000.00 construction funds. KPG Design Contract 2020 SDP Construction Budget RECOMMENDATIO Agreement Budget $92,472.00 $80,000.00 0.00 12,472.00 $92,472.00 92 472.00 Council is being asked to approve the design consultant agreement with KPG, Inc. in the amount of $92,472.00 for the 2020 Small Drainage Program and consider this item on the Consent Agenda at the March 16, 2020 Regular Meeting. Attachments: Qualification Review (Scope) Page 88, 2019 CIP KPG Consultant Agreement 2020 Small Drainage Project List WAPW EngTROJECTSW DR ProjecWAnnual Small Drainage Programs12020 SDP (92041201)102 - Funding and FinancelConsullant Selectionl(005) -Design Consultant Selectionllnfo Memo Design 2020 SDP.docx 21 22 2020 Small Drainage - Qualification Review (1= Top Choice, 2 = Second Choice, 3 = Third Choice) Relevant Project Experience 1 2 2 Experience with HPA/Creek Work 1 2 1 Small Scale Projects 1 1 2 Ability to keep project on schedule and within Budget 1 1 2 Project Team Availability of Key Team Members 2 2 2 Knowledge of City, Plan Process, Drainage System 1 2 2 Construction Engineering Experience 1 1 1 TOTALS (Lowest Total Score is best) g 11 12 Firm Rank (1 - 3, Lowest = Best) 1 2 3 WAPW Eng\PROJECTS\H- DR ProjecWAnnual Small Drainage Programs\2020 SDP (92041201)\02 - Funding and Finance\Consultant Selection\(005) - Design Consultant Selection\Proposal Rating 2020 N W 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. Provide drainage corrections for existing/ongoing drainage problems throughout the City, including culvert JUSTIFICATION: replacements, drain extensions, and pavement upgrades. STATUS: Projects for this annual program are taken from Small Drainage Project List. MAINT. IMPACT: Reduces maintenance. Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar COMMENT: years. FINANCIAL Through Estimated (in S000's) 2017 2018 2019 2020 2021 2022 2023 2024 BEYOND TOTAL EXPENSES Design 50 80 80 80 80 80 80 80 80 690 Strearngages/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 1 710 1 710 1 713 1 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 1 6,351 2019 - 2024 Capital Improvement Program 88 24 City of Tukwila Contract Number: • Lf_ 6200 Southcenter Boulevard, Tukwila WA 98188 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. I11 0 Proiect Designation. The Consultant is retained by the City to perform engineering services in connection with the project titled `2020 Small Drainage Program'. 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. 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, 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 December 31, 2020 unless an extension of such time is granted in writing by the City. 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 $92,472.00 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. 25 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: CA revised : 1-2013 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. Page 2 26 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 27 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. CA revised : 1-2013 Page 4 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: KPG, 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 , 2020. CITY OF TUKWILA CONSULTANT Mayor, Allan Ekberg im Printed Name:Nelson Davis. KPG Title: Principal Attest/Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty CA revised : 1-2013 Office of the City Attorney Page 5 29 30 EXHIBIT A City of Tukwila 2020 Small Drainage Program Scope of Work February 13, 2020 PROJECT DESCRIPTION The Consultant shall prepare final Plans, Specifications and Estimates for the 2020 Small Drainage Program. The project will include the following sites: Site 1: 13601 401h Ave S Drainage System Replace and install new storm drain system approximately 90' of 18" CMP and 80' of 12" concrete pipe along with three drainage structures. Tie into the existing system at 40`" Ave S. This site may require an HPA, SEPA and City of Tukwila Special Permissions Permit with project limits within Type 3 Watercourse Buffer. Site 2: Klickitat Dr. @ 53`d Ave S Drainage System Replace and install new storm drain system approximately180' of 18" CMP.. Tie into the existing system along Klickitat Dr. This site may require an HPA, SEPA and City of Tukwila Special Permissions Permit with project limits within Type 3 Watercourse Buffer. Site 3: S 12411 St from 42"d Ave to 45" Ave Drainage System Install storm drain system approximately 750'on the northside of S 124"' St. Tie into the existing system. Sites 4: 57' Ave S @ Golden Nugget Drainage Structure Bring Type H Manhole up to grade by removing approximately 8' of existing 24" riser rings. Add 48" barrel sections and new manhole ring and cover. Sites 5: 42"d Ave S Drainage Structure Install a new drainage structure with bird cage inlet to reduce plugging and overflows onto 42" d Ave S. This site may require an HPA and SEPA. Project was designed as part of the 2019 Small Drainage Program, but there were insufficient funds for construction and permitting had not been completed. Sites 6: 48`h Ave S from S 120' St to S 122"d St Drainage System Install storm drain system approximately 820' starting the northside of S 124`h St and down 48`" Ave S. Tie into the existing system along S 122" d St. 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 2020 Small Drainage Program as budget or other considerations allow. City of Tukwila KPG 2020 Small Drainage Program Page 1 of 4 February 2020 31 The Consultant shall provide surveyed base maps with horizontal utility locations, or base maps created from field measurements, ortho-photography, and GIS data as necessary for each site. If necessary, surveyed base maps will include right-of-way line work based on available public records. Project horizontal and vertical datum will be NAD83/2011 and NAVD88 respectively on all sites. The Consultant shall prepare an easement document, legal description, and exhibit for Site 5. The City will perform negotiations to obtain signature and record the easement. The Consultant shall prepare a SEPA checklist, HPA application, and Special Permissions Permit where required. No additional permits are anticipated. It is the Consultants understanding that none of the 2020 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 5, all work will be completed within City rights of way or easements and no easement acquisition is anticipated. SCOPE OF WORK TASK 1— 2020 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 8 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 Site 5 will be utilized. The Consultant shall prepare a topographic base map for Sites 1,2,3,4, and 6. 1.3 For Site 1, the Consultant shall prepare 50%, 90%, and final design. 1.4 For Site 2, the Consultant shall prepare 50%, 90%, and final design. 1.5 For Site 3, the Consultant shall prepare 50%, 90%, and final design. 1.6 For Site 4, the Consultant shall prepare 50%, 90%, and final design. 1.7 The Consultant has previously prepared designs for Site 5. Minor updates and revisions are anticipated after WDFW permitting review and will be included in the Bid Documents. 1.8 For Site 6, the Consultant shall prepare 50%, 90%, and final design. City of Tukwila 2020 Small Drainage Program Page 2 of 4 KPG February 2020 32 1.9 The Consultant shall prepare 50% & 90% plan review submittals for all sites. 1.10 The Consultant shall prepare a SEPA checklist for the 2020 Small Drainage Program containing information on all sites requiring SEPA review. This is anticipated to be Sites 1,2, and 5. Site 5 draft SEPA was previously prepared, but not submitted during the 2019 SDP Design. 1.11 The Consultant shall prepare HPA Permit Application and coordinate with Washington Department of Fish and Wildlife to obtain HPA where required. This is anticipated to be Sites 1,2, and 5. 1.12 The Consultant shall prepare City Special Permissions Permit for the 2020 Small Drainage Program containing information on all sites requiring Special City review. This is anticipated to be Sites 1 and 2 where project site location is within existing Type 3 watercourse Stream buffer. 1.13 The Consultant shall prepare the Contract Specification per 2020 WSDOT Standard Specifications for the 90% Review Submittal and the Bid Documents. 1.14 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction Cost for each review submittal and the Bid Documents. 1.15 The Consultant shall distribute 50% review submittals to franchise utility owners to identify potential conflicts within the Project limits. 1.16 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. 1.17 The Consultant shall provide bid period services to include responses to bidder inquiries, preparation of addenda, attendance at bid opening, preparation of bid tabulation, and recommendation to award or reject the apparent low bidder. The budget assumes a straight forward review process with the low bidder receiving the contract award. • Assumptions o No federal funding is anticipated for the Project engineering or construction. o No utility upgrades are anticipated in the project design. o Drainage & Water Quality Reports will not be required. o Geotechnical Engineering services will not be required. City of Tukwila KPG 2020 Small Drainage Program Page 3 of 4 February 2020 33 o Environmental Documentation will not be required. o Potholing of existing underground utilities will not be required. o City to obtain easement approval and record easement for Site 5. o The $150 processing fee for the HPA application will be paid by the Consultant and reimbursed by the City through the invoice process. o Any fees for BXWA.com will be paid by the City. • Deliverables o SEPA Checklist for Sites 1,2, and 5. o HPA Online Application for Sites 1,2, and 5. 0 50% review submittal with Plans and Estimate (pdf). 0 90% review submittal with Plans, Specifications, and Estimate (6 sets + pdf). o Bid Documents and Engineer's Estimate (6 sets'/z 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 2020 Small Drainage Program Page 4 of 4 KPG February 2020 34 Client City of Tukwila Project 2020 Small Drainage Program KPG PROJECT NUMBER: 20025 DATE: 2/10/2020 Task No. Task Description Labor Hour Estimate Total Hours and Labor Fee Estimate by Task Principal Engineering Mgr Sr. Engineer Urban Design Mgr Project Engineer Project Land. Arch. Design En ;near Sr Atlmin Engineering Technician Survey Crew II Office Admin Sr. Const Mgr Senior Project Engineer Project Surveyor Sr. CAD Technician CAD Technician Landscape Technician SurveyMgr g Survey Technician Transportation Planner Technician 232 210 184 166 140 128 117 115 100 216 92 Hours Fee Task 1 - 2020 Small Drainage Program Design 1.1 Management r Ccoronation i Administration 2 2 4 4 8 20 $ 2,816.00 1.2 Survey & Base Maps 4 16 40 40 100 $ 16,400,00 1.3 Site 1 - 40th Ave S Design 2 4 24 16 8 54 $ 7,188,00 1.4 Site 2 - Klickltat @ 53rd Ave S Design 2 4 24 16 8 54 $ 7, 188,00 1.5 Site 3 - S 124th St Design 2 4 32 20 8 66 $ 8,776.00 1.6 Site 4 - Golden Nugget Design 2 4 8 8 4 26 $ 3,612.00 1.7 Site 5 - 42nd Ave review minor updates 4 4 $ 560.00 1.8 Site 6 - 48th Ave S Design 2 4 32 20 8 66 $ 8.776.00 1.9 50%, 90%. and Bid Submittals 16 22 20 58 $ 6,814.00 1.10 Prepare SEPA Checklist; Sites 1.2 16 8 24 $ 3,040.00 1.11 Prepare HPA / WDFW coordination; Sites 1,2.5 24 8 32 $ 4,160.00 1.12 Prepare City Special Permission Permit; Sites 1,2 16 4 20 $ 2,640.00 1.13 Prepare Specifications 2 2 20 4 28 $ 4,520.00 1_14 Quantity and Cost Estimating 2 2 4 8 10 4 30 $ 4.310.00 1.15 Utility Coordination 8 4 2 14 $ 1,772.00 1 .16 Finalize Bid Documents 2 2 8 8 4 8 4 36 $ 4,872.00 1.17 Bid Period Services 4 4 2 10 $ 1.228.00 Task Total 6 20 32 1 28 240 0 164 4 90 40 18 642 $ 88,672.00 Total Labor Hours and Feel 6 20 32 1 28 240 0 164 4 90 40 18 642 88,672 Reimbursable Direct Non -Salary Costs Mileage at current IRS rate $ 300.00 Utility Locate Service $ 2,500.00 HPA Application Fee $ 200.00 Reproduction Allowance $ 800.00 Total Reimbursable Expense $ 3,800.00 Total Estimated Budget $ 92,472.00 C,J Cal 36 Staff Recommendation Only - Subject to Change 2020 SMALL DRAINAGE PROJECT LIST February 18, 2020 Priority Problem Statement Project Description Cost Rankin 1 13601 401h Ave S. — The existing 18" CMP that conveys Replace approximately 90 feet of 18" CMP and 80 feet Construction $75, 000 (New) a portion of Southgate Creek has rusted out and is full of of 12" concrete pipe. Project may require an HPA and Eng/Copt 25% 18,750 roots. Storm flows have eroded around the existing SEPA. 2020— pipe. Lining is not feasible due to the excessive roots Total $93, 750 Design within the pipe. 1 Klickitat Drive at 531d Ave. S. - The existing 18" CMP Replace and install approximately 180' of 18" storm Construction $60,000 (New) that drains to 53`d Ave S. intersection has failed, and a drainpipe and tie into existing structure at intersection Eng/Cont 25% 15,000 small sinkhole has formed behind the guardrail. of 53`d Ave. S. and Klickitat Drive. May require an 2020— HPA and Tukwila Special Permission. Total $ 75,000 Design 3 Allentown on S. 124`h — This street has no formal Install approximately 750' of new 12" storm pipe and Construction $190,000 drainage system along the majority of the roadway catch basins along north side of S. 1241h between 42"d Eng/Cont 25% 47,500 2020— leading to runoff into yards from right-of-way. Ave. S. and 451h Ave S. Design Total $237,500 3 57`h Ave South off Interurban Ave behind the Golden Bring Type II manhole up to grade by removing 8 feet Construction $ 25,000 Nugget. Existing drainage structure has 8 feet of riser of 24" riser rings. Add 48" manhole riser sections and Eng/Cont 25% 6,250 2020— rings that do not permit sufficient access to structure for new manhole ring & cover. Design maintenance. Total $ 31,250 1 14811 42"d Ave South — Inlet to pipe on this property Install a type 2 CB on storm pipe DR13258 (the inlet Construction $50,000 frequently plugs up with debris, then overflows onto pipe for the flow running across this property) with a Eng/Copt 25% 12,500 2020— 42"d Ave South, creating localized flooding. beehive rack on top and trash rack on the inlet pipe to Design the new structure. Total $86,250 3 Allentown along 48`h Ave. S. 49`h — This street has no Install storm drain system approximately 820' starting Construction $ 200,000 2020— formal drainage system along the majority of the the northside of S 124th St and down 48th Ave S. and Eng/font 25% 50,000 Design roadway leading to runoff into yards from right-of-way.. tie into the existing system along S 122nd St. Total Each $ 250,000 W Priority Rankin Problem Statement Project Description Cost 3 Rip rap has been washed out from the end of outfalls at Replace rip rap, add root wads, HPA needed. Construction $50,000 flapgates #27, #28 and #29 in Gateway Park. Eng/Cont 25% 12,500 Add root wads Total $ 62,500 4 Christensen Road at Kinko's — Need to connect storm Install 12" pipe between catch basins behind building. Construction (Hold, See systems on Christensen to solve pump problem during high river events. Note: This site is currently in for a development Eng/Cont 15% note) permit. Engineer has been told about issue and is Total Need to check invert elevations proposing a piped system that drains both to Christensen Rd and to APE. High flows will be able to flow from Christensen to APE if needed if system is built. 3 561h Ave at one-way street, bubbling problems at the Replace 150 feet of 12" storm pipe and (2) Type II Construction $ 35,000 catch basin. manholes. Eng/Cont 25% 8,750 Total "$ 46,250 3 Resident at 10349 Beacon Ave S. has roadway runoff There are three possible solutions to resolve this issue; Construction $ 80,000 entering her property causing damage to her septic system. Surveyed in 2008. 1) obtain easements from private property owners to construct new drainage system to the west, 2) construct En/Cont 25% 20,000 a deep storm line to Ryan Way, 3) install several Total $ 100,000 infiltration structures along the flow path. The preferred method will need to be determined during design. 3 Allentown along 491h Ave. S. — This street has no formal Install new drainage systems Construction $ 175,000 drainage and has problems with runoff into yards from Eng/Cont 25% 43,750 right-of-way. Total Each $ 218,750 3 Trail #14 at S. 1681h & 53rd — Install storm system under Install (2) Type I catch basins and 400 feet of 12" pipe. Construction $ 100,000 sidewalk to get rid of deep ditch to residence there. Remove deep ditch on north side of home's property. Ent/Cont 25% 25,000 From dead end of S. 168th to storm line on 53rd Total $ 125,000 WAPW Eng\PROJECTS\A- DR Projects\Annual Small Drainage Programs\2020 SDP (92041201)\02 - Funding and Finance\Consultant Selection\(005) - Design Consultant Selection\2020 Small Drainage Project List.doc Priority Problem Statement Project Description Cost Rankin 3 S. 1241h from 43`d to corner of 42rid , north side of street. Construct 275' of 12" pipe and approximately 5 Type I Construction $ 80,000 catch basins. Eng/Cont 25% 25,000 Total $ 105,000 3 On 341h & Military Road — Root plugged, old culvert tile Replace 18" pipe from Military Road (through old gas Construction $ 125,000 pipe. station) to 341h, then to corner of S. 144th Street Eng/Cont 25% 31,250 (Approximately 485 ft and 5 Type II manholes) Total $ 152,525 3 Old broken pipe from ditch on 451h Ave. S. to S. 1371h — Replace approximately 450 feet of 12" pipe and add (8) Construction $ 130,000 Mismatched pipes, junk system. catch basins on east side of 45th. Eng/Cont 25% 32,500 Total $ 162,500 3 At the NE corner of 33rd Ave S. and S. 132nd, 3306 Replace/re-route system, HPA needed. Approximately Construction $ 40,000 S. 132nd manufactured home has 12" CMP/concrete 125' of 12" pipe and two type I CBS needed. Eng/Cont 35% 12,687 culvert tile pipe running through yard to manhole under deck and then out to pond in neighbor's yard Total $52,687 then to 34", live stream 3 381h Ave & S. 130th to dead end — Needs new drainage Install new 12" storm system with catch basins and Construction $137,500 system. Old mismatched pipe, deep ditches, steep thickened edges to get water to new catch basins. Eng/Cont 25% 34,375 driveways. Water running into home on lower side of Approximately 470 ft. of 12" pipe and 8 Type I CBS road. needed. Total $175,875 4 S. 1501h creek outfall to catch basin on S. 1501h (off Install new cone grate and Type II manhole. Construction $ 25,000 Macadam Road). Undersized inlet "debris plugs", south Eng/Cont 15% 3,750 of Baptist church. Total $ 28,750 *Design completed in 2016 WAPW Eng\PROJECTS\A- DR Projects\Annual Small Drainage Programs\2020 SDP (92041201)\02 - Funding and Finance\Consultant Selection\(005) - Design Consultant Selection\2020 Small Drainage Project List.doc W CD R Priority Problem Statement Project Description Cost Rankin 4 561h Ave S & S. 141" to S. 139" problem area — Problem Install approx. 600 feet of 12" storm main and (4-6) Construction $165,000 ditch. Long berms need new drainage system to prevent catch basins from S. 141" to S. 1391h. Fill ditch, both Eng/Cont 25% 41,250 homes from being flooded. sides of 56th Ave South. Total $206,250 4 S. 133`d & S. 1341h — Clean rocks and other debris out of Debris plugs low flow pipe, hard to keep clean. NPDES Construction 30" CMP pipe on west branch of Southgate Creek. issue and private property issue. Eng/Cont 25% Total 4 West Valley Hwy at the CAT Rental Store — Railroad Replace 650 feet of 12" pipe and install (5) Type I catch Construction $175,000 tracks to the ditch. basins. Crossing OK, need R-O-W survey. Eng/Cont 25% 43,750 Total $218,750 4 S. 143`d & Interurban Ave South — Problem ditch from Install approx. 500 feet of 36" storm main, (1) manhole Construction $125,000 pipe on S 143`d to flapgate manhole on river. Almost point to point and fill ditch to river. Eng/Cont 25% 31,250 impossible to clean and is a maintenance headache. Total $156,250 4 On S. 133`d from Macadam Bridge to Weir Box on S. Install 600 feet of 24" pipe and (3) Type II manholes. Construction $150,000 1341h — Need to pipe problem ditch. Problem with trees, Eng/Copt 25% 37,500 loose leaves, plugged ditch and storm structure, flooding over roadway and surrounding area. Total $187,500 4 On 371h Ave South from S. 1261h to S. 1281h, then down Replace 750 feet of 12" pipe and install (12) catch Construction $200,000 S. 1261h to creek — Old mismatched pipe is broken, junk basins. Eng/Cont 25% 50,000 system etc. Total $250,000 WAPW Eng\PROJECTS\A- DR Projects\Annual Small Drainage Programs\2020 SDP (92041201)\02 - Funding and Finance\Consultant Selection\(005) - Design Consultant Selection\2020 Small Drainage Project List.doc Priority Rankin Problem Statement Project Description Cost 4 On S. 1301h at East Marginal Way on west side — Old Replace pipe from ditch on north side crossing with 950 Construction $250,000 mismatched pipe is broken, junk system etc. feet of 12" pipe and (15) catch basins, including angle Eng/Cont 25% 59,375 across street. From East Marginal Way to 34th — Both sides of road, Total $309,375 new system. 5 Off S. 1351h between 37th and 351h — Local crawl space Install drainage and hook up homes. Work on Private Construction flooding due to no drainage in private alley. Alleyway, need petition from property owners for Eng/Cont 15% project to proceed. Total 4 Large Contech pot style vault at Gilliam Creek crossing Pull lid from vault and add 2-3 feet riser section asphalt Construction $ 25,000 on S. 1541h — vault needs better access for pot cleaning area. Add fences and gates for vehicle access for Eng/Cont 25% 6,250 and replacement. cleaning. Total $31,250 4 Dead end of S. 1091h and 50th — Gravel driveway, home Water runs off S. 109th to 50th, gravel driveway, Construction below this issue could be a problem with any directing washing ruts and flooding home. No easy fix — asphalt, Eng/Cont 20% water over bank. pipe, catch basin, berm to bank?? Total CIPP LINING PROJECTS Priority Ranking Problem Statement Project Description Cost 2 Southcenter Blvd @ 6 1 " Ave South — Storm main needs Approximately 110' of 18" pipe. There is also a repair Construction $ 30,000 to be lined between DR04298 and DR04276 to prevent that needs to be made 20' from the south end of this Eng/Cont 25% 7,500 root intrusion. pipe where a guardrail post punctured the top of the pipe. Total $37,500 2 S. 140th Street @ 38th Ave South — Storm main needs to Approximately 200' of 12" pipe. Construction $ 50,000 be lined between DR04742 and DR04743 and DR04744 Eng/Cont 25% 12,500 to prevent root intrusion. Total $62,500 WAPW Eng\PROJECTS\A- DR Projects\Annual Small Drainage Programs\2020 SDP (92041201)\02 - Funding and Finance\Consultant Selection\(005) - Design Consultant Selection\2020 Small Drainage Project List.doc 2 S. 152"d Street @ 42"d Ave South — Storm main needs to be lined between DR02222 and DR02223 and DR01867 to prevent root intrusion. Approximately 170' of 12" pipe. Construction $ 42,500 Eng/Cont 25% 10,625 Total $53,125 2 S. 130`h Street @ 33rd Place South — Storm main needs Approximately 120' of 12" pipe. Construction $ 30,000 to be lined between DR04373 and DR04372 and Eng/font 25% 7,500 DR04371 and DR04370 to prevent root intrusion. Total $37,500 2 40"' Ave South @ Southcenter Blvd — Storm main needs Approximately 45' of 8" pipe. Construction $ 30,000 to be lined between DR01533 and DR01532 to prevent Eng/Cont 25% 7,500 root intrusion. Total $37,500 WAPW Eng\PROJECTS\A- DR ProjectMnnual Small Drainage Programs\2020 SDP (92041201)\02 - Funding and Finance\Consultant Selection\(005) - Design Consultant Selection\2020 Small Drainage Project List.doc City of 1 City Council Transportation & Infrastructure Committee Meeting Minutes March 2, 2020 - 5:30 p.m. - Foster Conference Room, 6300 Building Councilmembers Present: Cynthia Delostrinos Johnson, Chair; Verna Seal, Kate Kruller StoffPresent: David Cline, Henry Hash, Bruce Linton, Hari Ponnekanti, Laurel Humphrey, Benton Coblentz, Mike Perfetti, Ryan Larson, Scott Bates, Cyndy Knighton, Adib Altallal, Jennifer Ronda, and Han Kirkland Chair Delostrinos Johnson called the meeting to order at 5:30 p.m. I. BUSINESS AGENDA A. Public Works Fleet & Facilities Building Project Staff provided an update on the Public Works Fleet and Facilities tenant improvements and Minkler Shop Improvements. This update is on the 30% design milestone. Committee Recommendation Majority approval. Forward to March 23, 2020 Committee of the Whole. B. Contract Amendment: Riverton Creek Flapgate Removal Project Staff is seeking Council approval of Amendment No. 5 to Contract No. 17-070 with OTAK, Inc. in the amount of $98,112 for the Riverton Creek Flapgate Removal Project. Committee Recommendation Majority approval. Forward to March 16, 2020 Regular Consent Agenda. C. Design Agreement: 2020 Annual Small Drainage Program Staff is seeking Council approval of a design agreement with KPG, Inc. in the amount of $92,472 for the 2020 Small Drainage Program. Committee Recommendation Majority approval. Forward to March 16, 2020 Regular Consent Agenda. 43