HomeMy WebLinkAboutReg 2021-10-04 Item 6H - Agreement - Chinook Wind Public Access with JA Brennan Associates for $63,373.10COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
Mayor's review
Council review
10/04/21
JR
ITEM INFORMATION
ITEM NO.
6.H.
111
STAFF SPONSOR: MIKE PERFETTI
ORIGINAL AGENDA DATE: 10/4/21
AGENDA ITEM TITLE Surface Water Fund - Chinook Wind Public Access Project
Design Consultant Selection and Agreement
CATEGORY ❑ Discussion
Altg Date
Motion
Date 10/04/21
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
Mtg
SPONSOR ❑Council Mayor HR DCD ❑Finance Fire TS P&R ❑Police 11 PW ❑Court
SPONSOR'S The City is developing the public access component of the Chinook Wind Public Access
SUMMARY Project. The City issued a RFP to three design firms to provide project design services for
the Chinook Wind Public Access project . Two firms submitted proposals. J.A. Brennan
Associates, LLC was the highest-ranking firm among committee members. Council is being
asked to approve a consultant agreement with J.A. Brennan Associates, LLC in the amount
of $63,373.10 for design of the Chinook Wind Public Access Project.
REVIEWED BY
Trans&Infrastructure
❑ CommunitySvs/Safety ❑ Finance Comm. ❑ Planning/Economic Dev.
❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
COMMITTEE CHAIR: VERNA SEAL
❑ LTAC
DATE: 09/27/21
RECOMMENDATIONS:
SPONSOR/ADMIN.
COMMITTEE
Public Works Department
Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$63,373.10 $88,000.00 $0.00
Fund Source: SURFACE WATER
Comments: 2019-2024 CIP, page 91
MTG. DATE
RECORD OF COUNCIL ACTION
10/4/21
MTG. DATE
ATTACHMENTS
10/4/21
Informational Memorandum dated 09/24/21
2019 - 2024 CIP, Page 91
Proposal Review Summary Sheet
Consultant Agreement
Minutes from Transportation and Infrastructure Committee meeting of 09/27/21
111
112
City of Tukwila
Allan Ekberg, Mayor
Pit be Works Deportment - Bort Porprooranti, Director/City Engineer
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director
BY: Mike Perfetti, Habitat Project Manager
CC: Mayor Allan Ekberg
DATE: September 24, 2021
SUBJECT: Surface Water Fund - Chinook Wind Public Access Project
Project No. 91441202
Design Consultant Selection and Agreement
ISSUE
Approve a contract with J.A. Brennan Associates, LLC to provide project design services for the Chinook
Wind Public Access project in the amount of $63,373.10.
BACKGROUND
The Chinook Wind Public Access project was established as a City CIP project in 2014 with the vision
of creating off -channel habitat and a public shoreline trail. King County acquired the site in 2015 and
has since been working to implement the restoration component of the project through their in -lieu fee
mitigation program. The City is developing the public access component including a trail, trailhead,
parking, stormwater treatment, site furnishings, and signage. These efforts are being closely
coordinated. Construction of the public access component is slated for 2022.
ANALYSIS
Staff reviewed the current MRSC Consultant Roster and issued a Request for Proposal (RFP) to three
design firms with project familiarity that had previously expressed interest. Two firms submitted
proposals. The proposals were scored according to predefined criteria by a selection committee. J.A.
Brennan Associates, LLC was the highest-ranking firm among committee members. J.A. Brennan
Associates, LLC previously contracted with the City for the design of Duwamish Gardens and the in -
progress Tukwila Pond master plan. Staff continues to be very satisfied with their work.
FISCAL IMPACT
J.A. Brennan Associates, LLC has provided a cost not to exceed $63,373.10 to perform design
services. The project costs are within the $88,000.00 budget (2020-2021 CIP). The City has a grant
agreement with the State Recreation and Conservation Office that will pay for up to 50% of design and
construction costs, including $26,200 in design costs.
Contract 2020-2021 Design Budget
J.A. Brennan Associates $63,373.10 $88,000.00
RECOMMENDATION
Council is being asked to approve a consultant agreement with J.A. Brennan Associates, LLC in the
amount of $63,373.10 for design of the Chinook Wind Public Access Project and consider this item on
the Consent Agenda at the October 4, 2021 Regular Meeting.
Attachments: Page 91, 2019-2024 CIP
Proposal Review Summary Sheet
Consultant Agreement
https:/Itukwilawa.sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/2021 Agenda Items/TIC 09-27-21/4. Chinook Wind Consultant Agreement/Info Memo_JAB contract award_20210924R.docx
113
114
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Chinook Wind Public Access Project No. 91441202
King County purchased site and will restore it as a salmon estuary and passive park in partnership with the City.
DESCRIPTION: City CIP project is to develop public access and maintenance trail. Plan is to connect trail through PW shops to
Duwamish Gardens.
The WRIA 9 Salmon Recovery Plan recommends creating 20 -acres of off -channel habitat within the
JUSTIFICATION: Duwamish Transition Zone and lists this section of the river as critical habitat for salmon recovery
within the Green/Duwamish Watershed.
STATUS: King County construction slated to begin in 2021. City construction will be a separate contract, to start in 2022.
MAINT. IMPACT: Passive park will require additional maintenance.
COMMENT:
Grant funding for County project is from the KC fee in -lieu mitigation program and KCD. City CIP has 50% RCO
ALEA funding.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022
2023
2024
2025
2026
BEYOND TOTAL
EXPENSES
•� Project Location
-
'��. s• N
. ______ allt_k
2;'‘W
'Y
_
\�
_
�; S
Design
21
44
44
!ji
ifor,
'
\\Hw
A\
0
"'111,
109
Land (R/W)
52
10
62
Monitoring
15
15
15
45
Const. Mgmt.
79
79
Construction
1
263
264
TOTAL EXPENSES
74
69
59
357
0
0
0
0
0
559
FUND SOURCES
Awarded Grant RCO
20
20
117
157
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
74
49
39
240
0
0
0
0
0
402
TOTAL SOURCES
74
69
59
357
0
0
0
0
0
559
2021 - 2026 Capital Improvement Program
91
115
•� Project Location
-
'��. s• N
. ______ allt_k
2;'‘W
'Y
_
\�
_
�; S
+,87,,,„„
:et
ild, Q1li
!ji
ifor,
'
\\Hw
A\
0
"'111,
p
,
A
Fir
12 so,\hi
i 28' •\\o B
305�ik\9Kglib 9 h,♦
2021 - 2026 Capital Improvement Program
91
115
116
OG.
Pyy o' of
Selection Committee Combined Scoring 1 0 .e
Chinook Wind Public Access (loopoints max) >P
Relevant Project Experience of Key Personnel (0-30)
28
22
NA
Project Understanding (0-25)
24.5
20
NA
Project Approach (0-20)
19
17
NA
Abitlity to Keep Projects on Schedule/ Budget (0-15)
12.5
13.5
NA
Personnel Availability/Schedule (0-10 points)
9
9
NA
TOTALS
(Highest Total Score is best)
93
81.5
NA
Firm Rank
(1 - 3, Lowest = Best)
1
2
NA
W:\PW Eng\PROJECTS\A- DR Projects\Chinook Wind (91441202)\01 Preliminary Engineering\Consultant selection\Proposals\Proposal
Scores_20210713
117
118
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and J.A. Brennan Associates, PLLC, 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 design services in
connection with the project titled Chinook Wind.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending June 30, 2022, 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 June 30, 2022, 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 $63,373.10 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.
119
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 $2,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop -gap independent contractors
and personal injury and advertising injury. The City shall be named as an
additional insured under the Consultant's Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised May 2020
120
Page 2
4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for
the full available limits of Commercial General and Excess or Umbrella liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract or whether any certificate of
insurance furnished to the Public Entity evidences limits of liability lower than those
maintained by the Contractor.
C. 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.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
E. 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 Contractor
before commencement of the work. Upon request by the City, the Consultant shall
furnish certified copies of all required insurance policies, including endorsements,
required in this Agreement and evidence of all subcontractors' coverage.
F. 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.
G. 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.
CA revised May 2020
Page 3
121
11. Discrimination Prohibited. Contractor, 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,
the presence of any disability, or any other protected class status under state or federal law,
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.
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:
Jim Brennan
J.A. Brennan Associates, PLLC
2701 1st Ave Suite 510
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 May 2020
122
Page 4
DATED this day of , 2021.
CITY OF TUKWILA CONSULTANT
By:
Allan Ekberg, Mayor
Printed Name:
Title:
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised May 2020
Page 5
123
124
September 03, 2021
Exhibit A
Scope of Work
Chinook Wind Public Access Project
Prepared For:
Mike Perfetti
Habitat Project Manager
The City of Tukwila Public Works Department
Project Description
,‘,$p
j.a.
brennan
associates PLLC
Landscape Architects & Planners
2701 First Avenue Suite 510, Seattle, WA 98121
t. 206.583-0620 f. 206.583.0623
www. jabrennan. corn
J.A. Brennan Associates will provide Landscape Architectural services to support in the trail design and
implementation at the Chinook Wind project site.
Davido Consulting Group (DCG), as subconsultant to J.A. Brennan and Associates, will provide
permitting and construction documents, civil engineering services including stormwater engineering per
King County Surface Water Design Manual (2021) and a drainage, utility, and paving ROW plans
associated with the parking area and trail design.
The Chinook Wind Public Access Project will provide public pedestrian trail access through King
County's Chinook Wind 5 '/2 acre off -channel mitigation project. The project site is on the right
bank of the Duwamish River at about river mile 6, just downstream from the City's Duwamish
Gardens habitat restoration and park site and is accessed via Tukwila International Boulevard. The
project goal is to integrate inviting shoreline public access through the Chinook Wind site. The
trail will be located within a public trail easement granted to the city that runs along the north and
east perimeter of the site.
The mitigation/habitat restoration is being undertaken by King County's Mitigation Reserves Program
and is not included as part of this project. Mitigation project construction is planned to begin in the fall of
2021. The Public Access project will develop a trail system that will eventually connect with the
Duwamish Gardens trail just upstream, making a substantial and unique urban shoreline access
experience. The property will be transferred to the City of Tukwila following the County's
mitigation project and subsequent multi-year maintenance period.
Project design elements include a small parking area within the Tukwila International Boulevard
Street right-of-way, drainage, a trail head, kiosk, signage, the pedestrian trail, site furnishings,
fencing, viewpoints, planting coordination and irrigation.
For the purposes of understanding the scale of this project, the anticipated construction cost is thought to
be around +$200,000.
City of Tukwila Chinook Wind Public Access Project Scope of Work 1
125
Task A — Administration/Coordination
Administration tasks include meeting coordination, scheduling, contract administration and subconsultant
administration costs and expenses.
Task B — Site Investigation & Technical Analysis
Provide base mapping, review relevant data, and identify if additional survey is needed. The city will
provide: AutoCAD survey, King County's mitigation bid plans, cultural resources report, geotechnical
report, and the trail easement. The construction of King County's project will begin in the fall of 2021.
DCG has budgeted time for 1 site visit and code review.
Deliverables:
• Site base map based on provided survey from the client
Task C — Public and Team Coordination
This task will include time for city staff meetings, design team meetings, and stakeholder meetings.
Public outreach will be led by the city. JAB has included time to participate in one stakeholder or public
meeting. Production of a brief PowerPoint slide show to support city staff is included.
DCG has budgeted time for five team meetings including a Client/Team Kick Off meeting, a
Public/Stakeholder meeting (attendance only) and 3 progress meetings.
Deliverables:
• As identified in the fee matrix
Task D — Schematic Design
Two quick alternative plan studies of parking, trail alignment, potential non-structural on grade overlooks
or viewpoints and upland planting will be prepared for review by staff, stakeholders, and the public. A
brief tech memo will be prepared summarizing each alternative.
Alternative designs will utilize site analysis investigations and information to finesse the preferred
alternative to add recreational and interpretive elements and accommodate maintenance and security
needs at the Chinook Wind site.
The draft and final schematic plan will reflect the preferred design as ascertained during the alternatives
design process. The schematic design will include a preliminary layout of the trail alignment within the
20' easement and planting areas. Consideration for overlooks/viewpoints and interpretive signage
locations will be included in the schematic plan. The plan will be accompanied by other hand -drawn
graphics as described under the deliverables section below, and a brief written tech memo that describes
the preferred trail alignment.
DCG will correspond briefly with JAB while they review existing policy and documents, identify design
goals and list potential program elements.
DCG will comment on JAB's written description of alternatives, two diagrammatic alternative concept
plans, two site sections, preferred concept plan graphic as well two landscape architecture sections and a
Concept Plan memo.
City of Tukwila Chinook Wind Public Access Project Scope of Work 2
126
DCG will prepare up to two section and/or detail sheets to help illustrate the JAB design and take the lead
role producing cost estimates for the parking area.
Deliverables:
• As identified in the fee matrix
Task E - Permit Support
This task includes providing necessary permit documentation and a limited amount of coordination and
correspondence to support the client applying for one local (City) permit. J.A. Brennan will provide
limited permit agency coordination support and will provide a limited amount of design changes and
responses to permit review comments. Revisions to the permit application or re -design because of the
permit review is not included in this contract. In -water permits are not anticipated including the HPA or
Corps permit.
Some meeting time and coordination is shared between several permit activities for efficiency. It is
assumed that this efficiency can be maintained for meetings and coordination with multiple agencies.
DCG has budgeted 4 hours for phone calls and coordination.
Deliverables:
• As identified in the fee matrix
Task F- Construction Documents (60%, 90% and 100% PSE)
Construction documents will be submitted twice for client review prior to issuing final construction
documents. Submittals will be provided at 60%, 90% and 100% design completion. They will include
plans, specifications and estimate of probable construction costs and unit bid item list. Specifications will
be provided in City of Tukwila Special Provisions format to WSDOT standard specifications.
J.A. Brennan Associates:
J.A. Brennan will provide layout, grading, planting, irrigation, and associated details.
DCG has budgeted time to provide Site, Grading, Hardscaping, and Utility Plans, as well as the final
Drainage for the parking area.
Report Final TIR and SWPPP and cost estimates will include the trial and parking area.
Deliverables:
• As identified in the fee matrix
Task G - Bid Support
JAB will support in responding to contractor's questions during the bid period, attend a pre-bid meeting,
and support with the preparation of up to 2 addenda if required.
Deliverables:
• As identified in the fee matrix
City of Tukwila Chinook Wind Public Access Project Scope of Work 3
127
Assumptions
General Assumptions:
1. The Client will provide CAD survey of the project site.
2. J.A. Brennan does not provide contaminated soils remediation services.
3. The client will provide coordinated, consolidated review comments at each submittal.
4. JAB will use city provided title block, and sheet format.
5. JAB will use in house Cad standards.
6. City will lead all permit applications for the project. In water permits are not anticipated.
7. To support in the efficiency of the project design, the easterly trail connection between the
Duwamish Garden site and the Chinook Wind site, will be based on the design developed in the
contract documents prepared for the Duwamish Garden project with limited hours (up to 4 hours)
to refine the trail interface at the Chinook Wind connection.
8. Construction Stormwater General Permit (CSWGP) application is not included. It is assumed
that the Contractor will provide the CSWGP.
9. Refer to Exhibit B Fee Matrix for specific products and scope items.
10. Construction support is not included in this scope of work.
11. Historic properties research is not included; it is assumed there are not designated historical sites
or buildings within the project area.
12. Shoreline Permit application not included; Critical Area analysis and permit not included.
DCG Assumptions:
1. Topographic base mapping will be completed by others and provided to DCG in electronic
AutoCAD format including point files.
2. Any additional required survey information will be completed by others under separate scope.
3. On-site stormwater facilities must be located within the City's easement boundary. Either on-site
infiltration, sheet flow to the wetland, or a direct connection to an existing city main within 100'
of the site will be a viable method of stormwater conveyance, flow control, and discharge.
4. There will be greater than 5,000 Square feet, but less than 10,000 Square feet of new pollution
generating impervious surface, requiring water quality facilities, but not flow control.
City of Tukwila Chinook Wind Public Access Project Scope of Work 4
128
5. Electrical systems/connections will be designed build and necessary permits obtained by others.
This scope does not include electrical engineering. Electrical engineering, if required, will be
provided by others.
6. Geotechnical Engineering services (i.e., infiltration facility testing and recommendations) will be
completed by others and the information provided to DCG.
7. All permit applications, coordination and fees will be handled and paid for by others.
City of Tukwila Chinook Wind Public Access Project Scope of Work 5
129
130
EXHIBIT B - Fee Matrix
Client: City of Tukwila Public Works
Project: Chinook Wind Public Access Project - Contract Documents
J.A. BRENNAN ASSOCIATES, PLLC
September 3, 2021
TASK
ITEM
Rate
DESCRIPTION
1B
PM
$195.00
DC
LA
$150.00
1W
Designer
$9800
SY
Admin
$110.00
Total
lAB
Hours
Total
labor
Total
Expenses
Total
1.A. Brennan
Labor/Exp
Total
1.A, Brennan
w/ Markup
Total
DCG -Civil
Civil
Total
Subc06sutta6t
Markup
Grand
Total
A
Administration/Coordination
1
Job set-up
1
1
1
2
1
2
260.00
20.00
280.00
280.00
280.00
2
Progress reports
1
2
4
565.00
20.00
585.00
585.00
585.00
3
Prepare invoices
1
2
4
565.00
20.00
585.00
585.00
585.00
515.00
4
Scheduling
1
3
495.00
20.00
515.00
515.00
B
1
Total
Site Investigation and Technical Analysis
Base map preparation
3
5
1
0
2
5
13
3
1,885
346.00
80.
20.00
1,965
366.00
1,965
366.00
0
0
0.00
0
0.00
1,965.00
366.00
2
Background data review, reports, plans
1
1
2
1
2
248.00
20.00
268.00
268.00
0.00
0.00
268.00
3
Up to (1) site visit- Part of Kick-off meeting
2
4
496.00
60.00
556.00
556.00
0.00
0.00
556.00
4
Code review
1
2
248.00
20.00
268.00
268.00
0.00
0.00
268.00
Total
5
6
0
11
1,338.00
02000
1,458.00
1,458.00
0.00
000
0.00
1,458.00
C
1
Public and Team Coordination
Team meetings (3 lhr meetings)
7
939.00
20.00
959.00
1,039.00
800.00
800.00
80.00
1,839.00
1
3
3
2
3
2
Client/ Team Kick off meeting/ Site Visit
1
2
5
691.00
20.00
711.00
771.00
600.00
600.00
60.00
1,371.00
3
Public/Stakeholder Meeting include time for preparation (l only)
1
3
7
939.00
20.00
959.00
959.00
0.00
0.00
959.00
4
Up to 3 client/ staff meetings (JAB only) -1.5 hour -conference call
2
4
2
8
1,186.00
20.00
1,206.00
1,206.00
0.00
0.00
1,206.00
5
Progress Meetings (up to 3 conference calls with client 1 hr check in)
1
3
2
6
841.00
20.00
861.00
861.00
0.00
0.00
861D0
6
Prepare meeting graphics/ Boards/ Powerpoint for Public / Stakeholder mtg
1 8
1,037.00
20.00
0,05700
1,057.00
0.00
0.00
0,057.00
Total
18
16
0
41
5,633.00
120.00
5,753.00
5,893.00
1,400.00
1,400.00
140.00
7,293.00
D
Schematic Design
1
-y
t
Prepare brief written description of alternatives- (tech memo 2 pages)
1
2
e
4
541.00
20.00
µ 561.00
561.00
0.00
0.00
561.00
2
Prepare two diagrammatic alternative concept plans (30 or40 scale)
1
2
4
7
887.00
20.00
907.00
987.00
800.00
800.00
80.00
1,787.00
3
Site Sections - 1 per Alternative (2 Total)
1
4
5
542.00
20.00
562.00
562.00
0.00
0.00
562.00
4
Prepare draft and Final Preferred Schematic plan graphic (30 or 40 scale)
1
3
8
12
1,429.00
20.00
1,449.00
1,449.00
0.00
0.00
1,449.00
5
Prepare up to 2 landscape arch. sections (update 1, 1 new only)
1
4
5
542.00
60.00
602.00
602.00
0.00
0.00
602.00
6
Cost estimate (schematic plan only)
4
6
10
1,188.00
20.00
1,208.00
1,208.00
0.00
0.00
1,208.00
7
Prepare draft Concept plan memo - hrief bullet speaking points summary
1
2
3
6
789.00
20.00
809.00
809.00
0.00
0.00
809.00
Total
14
31
0
49
5,918.00
180.00
6,098.00
6,178.00
80000
800.00
80.00
6,978.00
E
Permit Support
1
SEPA Checklist support -draft & final (City lead)
1
2
4
5
4
3
7
887.00
20.00
20.00
20.00
20.00
907.00
907.00
0.00
0.00
907.00
2
Support City permit applications (City lead)
1
3
9
1,135.00
1,155.00
1,155.00
0.00
0.00
1,155.00
3
Comment Response to City review
3
7
842.00
862.00
862.00
0.00
0.00
862.00
4
Client/Agency Coordination
3
6
744.00
764.00
764.00
0.00
0.00
764.00
F
1
Total
_ 11
1
16
2
0
29
3
3,608.00
346.00
80.00
20.00
3,688.00
-
366.00
3,688.00
366.00
000
' ,9b
0.00
0.00
0.00
3,688.00
366.00
Construction Documents 60%, 90%, 100% Plans Specs and Estimate
Cover Sheet (all sheets 22034)
2
Existing Conditions Plan (1 vhf 30 scale)
1
2
3
346.00
20.00
366.00
366.00
0.00
0.00
366.00
3
TESC Site Plan and Demolition and Vegetation protection plan (1 sht 30 scale)
2
9
11
1,182.00
20.00
1,202.00
1,202.00
0.00
0.00
1,202.00
4
Details: BMP/TESC civil lead (1 sht)
1
1
2
248.00
20.00
268.00
468.00
2,000.00
2,000.00
200.00
2,468.00
5
Site Layout and grading Plan (up to 3 sheets 20 scale trail easement area)
1
8
14
23
2,767.00
20.00
2,787.00
2,787.00
0.00
0.00
2,787.00
6
Drain age, Utility, Paving ROW Plan (Civil Lead -1 sht 30 scale)
1
1
2
248.00
20.00
268.00
568.00
3,000.00
3,000.00
300.00
3,568.00
7
Irrigation Plan Sheets (up to 3 sheets 20 scale trail easement area)
2
16
18
1,868.00
20.00
1,888.00
1,888.00
0.00
0.00
1,888.00
8
Planting Plan Sheets (up t0 3 sheets 20 scaletrail easement area)
1
4
18
23
2,559.00
20.00
2,579.00
2,579.00
0.00
0.00
2,579.00
9
Plant list (1 sht)
4
8
12
1,384.00
20.00
1,404.00
1,404.00
0.00
0.00
1,404.00
10
Details: Trail and Sections (up to 1 shts)
4
10
14
1,580.00
20.00
1,600.00
1,600.00
0.00
0.00
1,600.00
11
Details: Paving at parking area (DCG lead)
1
2
3
495.00
20.00
515.00
615.00
1,000.00
1,000.00
100.00
1,615.00
12
Details: Drainage/ utilities (2 sht civil)
2
1
3
398.00
20.00
418.00
539.10
1,211.00
1,211.00
121.10
1,750.10
13
Details: Site Furniture (1 sht)
2
10
12
1,280.00
20.00
1,300.00
1,300.00
0.00
0.00
1,300.00
14
Details: Planting (1 shs)
1
4
8
13
1,579.00
20.00
1,599.00
1,599.00
0.00
0.00
1,599.00
15
Details: Irrigation Details/ Schedule (1 sht)
1
2
4
7
887.00
20.00
907.00
907.00
0.00
0.00
907.00
16
Grading cut and fill calculations
4
1
5
698.00
20.00
718.00
718.00
0.00
0.00
718.00
17
Drainage Report Final TIR and SWPPP
2
1
3
398.00
20.00
418.00
718.00
3,000.00
3,000.00
300.00
3,718.00
18
Cost Estimate/ Unit Bid Item list (landscape lump sum)
1
6
14
21
2,467.00
20.00
2,487.00
2,587.00
1,000.00
1,000.00
100.00
3,587.00
19
Technical Specifications (City of Tukwila WSDOT-format)
2
18
18
38
4,854.00
2000
4,87400
4,974.00
1,000.00
1,000.00
100.00
5,974.00
Total
'70.
138
0
216
3
25,584.00
346.00
380.00
20.00
25,964.00
366.00
27,185.10
446.00
12,211.00
800.00
12,211.00
800.00
1,221.10
80.00
39,396.10
1,246.00
G
1
Bid Support
Answer contractor's questions during bidding
1
2
2
Pre-bid meeting
3
1
4
548.00
20.00
568.00
568.00
0.00
0.00
568.00
3
Up to 2 addenda
1
1
2
4
541.00
20.00
561.00
581.00
200.00
200.00
20.00
781.00
Total
5
5
0
11
1,435.00
60.00
1,495.00
1,595.00
1,000.00
1,000.00
100.00
2,595.00
Total
.
128
212
5
370
45,401.00
1,020.00
46,421.00
47,962.10
15,411.00
15,411.00
1,541.10
63,373.10
Chinook Wind Fee -schedule 09113-2021FINALCNmok wime 9/7/2021
Fee Proposal
132
City of Tukwila
City Council Transportation & Infrastructure Services Committee
Meeting Minutes
September27, 2021 5:30 p.m. - Electronic Meeting due to COVID-19 Emergency
CouncilmembersPresent:Verna Seal, Chair, De'Sean Quinn, Thomas McLeod
Staff Present: David Cline, Hari Ponnekanti, Brittany Robinson, Mike Perfetti, Seong
Kim, Mike Ronda, Adib Altillal
Chair Seal called the meeting to order at 5:30 p.m.
I. BUSINESS AGENDA
A. Grant Agreement: Flood Damage & Repairs
Staff is seeking Council approval of a FEMA Public Assistance Grant in the amount of $112,500 to
help pay for Tukwila Urban Center Pedestrian Bridge repairs and damage caused by flooding.
Committee Recommendation
Unanimous approval. Forward to October 4, 2021 Regular Consent Agenda.
B. Consultant Agreement: Future Sewer Lift Station 13 Feasibility Study
Staff is seeking Council approval of a contract with Gray & Osborne, Inc. in the amount of
$41,700 for a feasibility study for the Future Sewer Lift Station No. 13. Project costs are within
budget and funded by the sewer enterprise fund.
Committee Recommendation
Unanimous approval. Forward to October 4, 2021 Regular Consent Agenda.
C. Grant Agreement: Gilliam Creek Fish Barrier Removal
Staff is seeking Council approval of a Cooperative Watershed Management grant agreement
with King County in the amount of $200,000 for the Gilliam Creek Fish Barrier Removal Project.
Councilmember Quinn noted that this is a King County Flood Control District program.
Committee Recommendation
Unanimous approval. Forward to October 4, 2021 Regular Consent Agenda.
D. Consultant Agreement: Chinook Wind Public Access
Staff is seeking Council approval of a contract with J.A. Brennan Associates, LLC in the amount
not to exceed $63,373 for design of the Chinook Wind Public Access project, which will create
off -channel habitat and a public trail.
Committee Recommendation
Unanimous approval. Forward to October 4, 2021 Regular Consent Agenda.
133