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