HomeMy WebLinkAboutSpecial 2022-01-24 Item 2D - Contract - 2022 Annual Small Drainage Program Design with KPG Inc for $99,512COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
Mayor's review
Council review
01/24/22
JR
ITEM INFORMATION
ITEM NO.
Spec 2.D.
123
STAFF SPONSOR: SHERRY EDQUID
ORIGINAL AGENDA DATE: 01/24/22
AGENDA ITEM TITLE Surface Water Fund - 2022 Annual Small Drainage Program
Design Consultant Selection and Agreement
CATEGORY ❑ Discussion
Mtg Date
Motion
Date 01/24/22
❑ Resolution
Mtg Date
❑ Ordinance
M 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 proposing the design of five projects for possible construction in 2022. The
SUMMARY current MRSC Consultant Roster was reviewed and three firms were short-listed to provide
design services. KPG, Inc best met the project requirements and has done satisfactory work
in the past. Council is being asked to approve a design agreement with KPG, Inc in the
amount of $99,512.00 for 2022 Annual Small Drainage Program projects.
REVIEWED BY
Trans&Infrastructure
❑ CommunitySvs/Safety ❑ Finance Comm. ❑ Planning/Economic Dev.
❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
COMMITTEE CHAIR: KATE KRULLER
❑ LTAC
DATE: 01/18/22
RECOMMENDATIONS:
SPONSOR/ADMIN.
COMMITTEE
Public Works Department
Unanimous Approval; Forward to Consent Agenda Special Meeting
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$99,512.00 $100,000.00 $0.00
Fund Source: SURFACE WATER
Comments: 2021-2026 CIP, Page 78
MTG. DATE
RECORD OF COUNCIL ACTION
01/24/22
MTG. DATE
ATTACHMENTS
01/24/22
Informational Memorandum dated 01/14/22
2021-2026 CIP, Page 78
Consultant Agreement
Minutes from Transportation and Infrastructure Committee meeting of 01/18/22
123
TO:
FROM:
BY:
CC:
DATE:
SUBJECT:
City of Tukwila
Allan Ekberg, mayor
Public Works Department - Hart Ponnekanti, Director/City Engineer
INFORMATIONAL MEMORANDUM
Transportation and Infrastructure Services Committee
Hari Ponnekanti, Public Works Director/ City Engineer
Sherry Edquid, Project Manager
Mayor Allan Ekberg
January 14, 2022
Surface Water Fund - 2022 Annual Small Drainage Program
Design Consultant Selection and Agreement
ISSUE
Approve a contract with KPG, Inc. (KPG) to design the 2022 Annual Small Drainage Program.
BACKGROUND
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 2022 Annual Small Drainage Program, staff is proposing
the design of five projects for possible construction in 2022.
DISCUSSION
The current MRSC Consultant Roster was reviewed and three firms were short-listed to provide design services. The
firms were KPG, Blue Trident, and RH2 Engineering. 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 2021 Annual Small Drainage Program and is knowledgeable of
the sites. At the City's discretion, KPG may be contracted to provide Construction Management (CM) services during
construction.
Public Works staff reviewed the list of known system deficiencies and compiled a list of five projects for design in 2022.
The design projects are:
1. 40th Ave S Drainage System 4. 49th Ave S. from S 124th to S 122nd Streets
2. 37th Ave S at S 142nd Street 5. 48th Ave S. from S 124th to S 122nd Streets
3. 37th Ave S from S 126th to S 128th
FINANCIAL IMPACT
KPG's contract estimate for the 2022 Small Drainage Program's design services is $99,512.00.
Cost Estimate 2022 Budget
KPG Design Contract $99,512.00 $100,000.00
RECOMMENDATION
Council is being asked to approve the design consultant agreement with KPG, Inc. in the amount of $99,512.00 for the 2022
Small Drainage Program and consider this item on the Consent Agenda at the January 24, 2022 Special Meeting.
Attachments: 2021 CIP, page 78
KPG Consultant Agreement
125
126
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Annual Small Drainage Program Project No. 9x241201
81241207
DESCRIPTION: Select, design, and construct small drainage projects throughout the City.
JUSTIFICATION: Provide drainage corrections for existing/ongoing drainage problems throughout the City, including culvert
replacements, drain extensions, and pavement upgrades.
STATUS: Projects for this annual program are taken from Small Drainage Project List.
MAINT. IMPACT: Reduces maintenance.
COMMENT: Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar
years.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Design
74
92
100
100
100
100
110
110
80
866
Const. Mgmt.
40
68
100
100
100
100
110
110
80
808
Construction
108
515
700
700
700
700
750
750
513
5,436
TOTAL EXPENSES
222
675
900
900
900
900
970
970
673
7,110
FUND SOURCES
Awarded Grant
0
Proposed Grant
65
65
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
157
675
900
900
900
900
970
970
673
7,045
TOTAL SOURCES
222
675
900
900
900
900
970
970
673
7,110
Project Location:
Entire System
2021 - 2026 Capital Improvement Program
78
127
128
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 KPG, P.S., hereinafter referred to as "the Consultant", in consideration
of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform Engineering
services in connection with the project titled 2022 Small Drainage Program.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 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 December 31, 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 $99,512.00 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.
129
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.
CA revised May 2020
130
Page 2
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
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
CA revised May 2020
Page 3
131
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. 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
Notices to Consultant shall be sent to the following address:
3131 Elliot Avenue Suite 400
Seattle, WA 98121
CA revised May 2020
132
Page 4
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 , 2022.
CITY OF TUKWILA CONSULTANT
Allan Ekberg, Mayor
By:
J,,,i,.,,,
Printed Name: Kelsey Anderson
Title: Project Manager
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised May 2020
Page 5
133
134
EXHIBIT A
City of Tukwila
2022 Small Drainage Program
City Project Number: 9204XXXX
KPG Project Number: XXXXX
Scope of Work
January 5, 2022
PROJECT DESCRIPTION
The Consultant shall prepare final Plans, Specifications and Estimates for the 2022 Small Drainage
Program. The project will include the following sites:
Sites 1: 48th Ave S from S 124th St to S 122'd St Drainage System
Install storm drain system approximately 820 LF starting the northside of S 124`h St and down 48th
Ave S. Tie into the existing system along S 122nd St. This site location was partially designed as part
of the 2020 Small Drainage Program.
Sites 2: 49th Ave S from S 124t' St to S 122" St Drainage System
Install storm drain system approximately 760 LF starting from the northside of S 124th St and
traveling down 49th Ave S to tie -into the existing system along S 122nd St. This site location was
partially designed as part of the 2021 Small Drainage Program.
Site 3: 13601 40th Ave S Drainage System
Replace and install new storm drain system approximately 90 LF of 18" CMP and 80 LF of 12"
concrete pipe along with three drainage structures. Tie into the existing system at 40th Ave S. This site
may require a SEPA and City of Tukwila Special Permissions Permit with project limits within Type 3
Watercourse Buffer. This site location was partially designed as part of the 2021 Small Drainage
Program.
Site 4: 37h Ave S from S 126th St to S 128th St Drainage System
Remove existing 12" concrete pipe and structures and install new storm drain system approximately
285 LF of 12" pipe along with four drainage structures. Tie into the existing system at 37th Ave S and
S 126`h St.
Site 5: 37h Ave S (2) from S 142nd St to S 144t' St Drainage System
Install storm drain system approximately 385 LF of 12" pipe and six structures on the eastside of 37th
Ave S. Tie into the existing system along the Westside of 37th Ave S at the low point of the roadway
crossing.
City of Tukwila
2022 Small Drainage Program Page 1 of 4
KPG
January 2022
135
SCOPE OF WORK
TASK 1— 2022 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 12 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.
136
EXHIBIT A
1.2 Previously obtained mapping for Sites 1, 2, & 3 will be utilized. The Consultant shall prepare
supplemental survey to Site 3 where design storm alignment is altered, and limits are extended. The
Consultant shall prepare a topographic base map for Sites 4 and 5.
1.3 For Site 3, based on approved 50% preliminary design layout, the Consultant shall prepare necessary
easement and legal descriptions to acquire utility easement to existing City storm facilities. The City
will review the project and easement needs to obtain approval from the property owner. The
Consultant shall make necessary revisions to design based on easement conditions negotiated
between the City and property owner and include the final design into the Bid Documents.
• Deliverables
o Legal Description and figure(s) for City Utility Easement (assume one (1) private
parcel.) (pdf).
1.4 The Consultant has previously prepared preliminary designs for Sites 1 & 2. Minor updates and
revisions are anticipated after Franchise Utility coordination review and will be included in the 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 For Site 5, the Consultant shall prepare 50%, 90%, and final design.
1.8 The Consultant shall prepare 50% and 90% plan review submittal sets for all sites.
1.9 The Consultant shall prepare a SEPA checklist for the 2022 Small Drainage Program containing
information on all sites requiring SEPA review. This is anticipated to be Site 3.
1.10 The Consultant shall prepare City Special Permissions Permit for the 2022 Small Drainage Program
containing information on all sites requiring Special City review. This is anticipated to be Site 3
where project site location is within existing Type 3 watercourse Stream buffer.
1.11 The Consultant shall prepare the Contract Specification per 2022 WSDOT Standard Specifications
for the 90% Review Submittal and the Bid Documents.
1.12 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction
Cost for the 50% and 90% Submittal as well as the Bid Documents.
1.13 The Consultant shall distribute preliminary mapping and 50% review submittals to franchise utility
owners to identify potential conflicts within the Project limits. Notification and design coordination
will continue through final design. (Assume one (1) site visit with franchise utilities).
1.14 The Consultant shall prepare final Bid Documents for the proposed improvements including the
following:
City of Tukwila
2022 Small Drainage Program Page 3 of 4
KPG
January 2022
137
138
EXHIBIT B-1
PRIME CONSULTANT COST COMPUTATIONS
Client' Cay of Tukwila
Project: 2022 Small Drainage Program
KPG, P.S. PROJECT NUMBER: %XXX%
el
DATE: 1)5/2022
Nelson Davis Dale: XX4032
Task No.
Tack Oestri i
��
Labor Hour Estimate
Total Hours and Labor Fee
Estimate by Task
li
E.
wz.
E
u,
e
a
rnW
Y
5
w
w
c
8W
3 c
lu
2
"�
L
ENr
= 01
l's _
y c
2 c
r
Z u
a
al
�a
Ill
—' i L
a:2
26.
u1
_
y
ms"
E
m
9
o
--
e m
a
274
246
203
179
153
140
126
104
246
208
155
128
105
84
195
141
188
134
174
112
9fi
80
Hage Fee
Task 1 - MANAGEMENT / COORDINATION / ADMINISTRATION
1.1
Project Management and Administrative Services
4
2
12
4
4
12
38
$ 6,376.00
1.2
Survey 8 Base Maps
6
32
12
24
12
86
$ 15,284.00
1 3
Site 3 -Utility Easement & Legal Description
6
12
to
240660
1.4
Site 1 8 2th & 49th Ave S Drainage Sysiem Design
-0
8
16
16
2
8
54
$ 7,550.00
15
Site 3- 40th0Ave S Drainage System Design
4
16
16
8
2
8
54
$ ],]66.00
1.6
Site 4- 3761 Ave S Drainage System Design
4
8
24
16.
4
2
8
66
$ 9,086.00
1.]
Site 5- 37111 Ave S(2) Drainage System Design
4
B
24
16
4
2
8
66
$ 9,086.00
1.8
50%, 90%, 8 Final Design Plan Review Submittal Sets
12
12
16
4
4
48
$ 7,324.00
9
Site 3-SEPA Permit
16
8
4
28
$ 4,020.00
1.10
Site 3- Special Permissions Permit
16
8
4
28
8 4,020.00
1.11
Prepare cati0
2
2
20
4
2
30
$ 5,266.00
1.12
QuantityaCost Estimating
2
2
12
24
2
42
$ 6,040.00
1.13
Utility Coordination
ination
16
20
36
$ 5,24600
1.14
Prepare Bid Documents
12
16
2
8
38
$ 5.206.00
1.15
Bid Period Services
1,22,00
Task Total
4
6
16
48
132
116
112
8
6
32
18
36
12
0
0
28
4
44
0
6
12
0
643
$ 95,882.00
Total labor Hours and Fee
1,096
1,476
3,248
8,592
20,196
16,240
14,112
832
1,476
7,616
2,790
4,608
1,260
0
0
3,948
752
5,896
0
672
1,152
0
640
$NI
Subconsultants
Subtotal
$ -
AdminIsaaOveMarge l5%)
Total Subeonsutam Expense
$
Reimbursable Direct Non -Salary Costs
Mileage at current IRS rate
$ 300.00
Utility Locate Service
$ 2,000.00
Title Report for Site 3
$ 750.00
Reproduction Allowance
$500.00
Total Reimbursable Expense
$ 3,550.00
Total Estimated Budget
$ 99,512.00
City of Tukwila
City Council Transportation & Infrastructure Services Committee
Meeting Minutes
January 18, 2022 5:30 p. m. - Electronic Meeting due to COVID-19 Emergency
CouncilmembersPresent: Kate Kruller, Chair; Mohamed Abdi, Tosh Sharp
Staff Present: David Cline, Hari Ponnekanti, Brittany Robinson, Seong Kim, Griffin
Lerner, Bryan Still, Sherry Edquid, Cody Lee Gray, Adib Altallal, Joshua
Hopkins, Laurel Humphrey
Chair Kruller called the meeting to order at 5:30 p.m.
I. BUSINESS AGENDA
A. Contract: 2022 Small Drainage Program
Staff is seeking approval of a contract with KPG, Inc. in the amount of $99,512.00 to design the
2022 Small Drainage Program, which includes five projects.
Committee Recommendation
Unanimous approval. January 24, 2022 Special Meeting Consent Agenda.
B. Contract: Macadam Road South Water Upgrade & Sidewalk Improvements
Staff is seeking Council approval of a construction bid award to Laser Underground &
Earthworks, Inc. in the amount of $1,984,474.81 for the Macadam Road South Water Upgrade
and Sidewalk Improvements Project.
Committee Recommendation
Unanimous approval. January 24, 2022 Special Meeting Consent Agenda.
C. Contract: 152nd Street Watermain Extension & Replacement
Staff is seeking Council approval of a contract with BHC Consultants, LLC in the amount of
$312,833.00 for design and construction management of the South 152nd St. Watermain
Replacement & Extension.
Committee Recommendation
Unanimous approval. January 24, 2022 Special Meeting Consent Agenda.
D. Interlocal Agreement: Omnia Partners Purchasing Consortium
Staff is seeking Council approval of an interlocal agreement with Omnia Partners to continue
participation in a public sector purchasing consortium.
Committee Recommendation
Unanimous approval. January 24, 2022 Special Meeting Consent Agenda.
141