HomeMy WebLinkAboutTrans 2015-12-07 COMPLETE AGENDA PACKETCity of Tukwila
Transportation Committee
❖ Joe Duffie, Chair
❖ Allan Ekberg
❖ Kathy Hougardy
AGENDA
Distribution:
P. Brodin
J. Duffie
R. Turpin
A. Ekberg
M. Hart
K. Hougardy
Clerk File Copy
K. Kruller
2 Extra
D. Robertson
BUSINESS AGENDA
Mayor Haggerton
place pkt pdf on Z: \TC -UC
D. Cline
Agendas
L. Humphrey
e-mail cover to: A. Le,
B. Giberson
C. O'Flaherty, J. Duffie,
F. Iriarte
D. Almberg, B. Saxton,
R. Tischmak
S. Norris, M. Hart,
G. Labanara
L. Humphrey
MONDAY, DECEMBER 7, 2015 — 5:15 PM
FOSTER CONFERENCE ROOM — 6300 BUILDING
(formerly known as Conference Room #1)
Next Scheduled Meeting: Dependent on 2016 Committee Schedule
SThe City of Tukwila strives to accommodate individuals with disabilities
Please contact the Public Works Department at 206 - 433 -0179 for assistance.
Item
Recommended Action
Page
1.
PRESENTATION(S)
2.
BUSINESS AGENDA
a) 2016 Overlay and Repair Program
a)
Forward to 12/14/15 Consent
Pg. 1
Consultant Selection and Agreement
Agenda Special Meeting
b) Major Maintenance on 3 Bridges 2015 Project
b)
Forward to 12/14/15 Consent
Pg. 15
Supplemental Agreement No. 1
Agenda Special Meeting
c) 53 d Ave S (S 137th St to S 144th St)
c)
Forward to 12/14/15 Consent
Pg. 31
Accept WA State TIB Grant
Agenda Special Meeting
d) NPDES Phase II Permit
d)
Forward to 12/14/15 Consent
Pg. 39
Accept 2015 -2017 Biennial Stormwater Grant
Agenda Special Meeting
e) NPDES Phase II — LID Gap Analysis
e)
Forward to 12/14/15 Consent
Pg. 41
Consultant Selection and Agreement
Agenda Special Meeting
f) Thorndyke Safe Routes to school Project
f)
Forward to 12/14/15 Consent
Pg. 55
Project Completion and Acceptance
Agenda Special Meeting
3.
SCATBd
g) SCATBd November 17, 2015 Meeting Agenda
g)
Information Only
Pg. 59
4.
MISCELLANEOUS
5.
ANNOUNCEMENTS
Future Agendas:
Next Scheduled Meeting: Dependent on 2016 Committee Schedule
SThe City of Tukwila strives to accommodate individuals with disabilities
Please contact the Public Works Department at 206 - 433 -0179 for assistance.
Transportation Committee - 2015 Work Plan
Description
Qtr
Dept
Action or
Briefing
Status
BNSF Intermodal Facility Access
Design contract (to COW only)
1
PW
A
Complete
42 Avenue South Phase III
Design Contract Supplement — design undergrounding
2
PW
A
Complete
Seattle City Light underground agreement & revised design
3 -4
PW
A
Follow -up on potential for coordination with SeaTac
2
PW
B
Complete
ADA Improvements
Design contract
2
PW
A
Complete
Crosswalk Petition for TIB /S 139th St - Engineering analysis
3
PW
B
Bid award
2
PW
A
Annual Overlay and Repair Program
Bid Award
2
PW
A
Complete
53`d Avenue S (S 137th — S 144th St) & Water /Sewer /SSWM
Funding and Design contract
3
PW
A
Complete
Approval to apply for TIB grant
3
PW
A
Complete
Cascade View Safe Routes to School
Closeout
3
PW
A
Complete
Thorndyke Safe Routes to School
Closeout
3
PW
A
TUC Transit Center /Andover Park West
Closeout
3
PW
A
Small Roadway & Safety Improvements
Allentown Roadside Barriers — outreach and design alternatives
2
PW
B
Complete
Roadside Barrier Bid Award
3
PW
A
Complete
Residential Street Improvements /Walk & Roll
Comprehensive Update & Safety Priority list — Cons Selection
4
PW
A
Complete
Annual Bridge Inspections and Repairs
Program update
4
PW
B
Major Maintenance on 3 Bridges 2015 - Design Contract
3
PW
A
Complete
Duwamish/ S 1191h Ped Bridge — present condition and repairs
1
PW
B
Complete
Boeing Access Road over BNRR Bridge Rehab
Bid Award
4
PW
A
TUC Ped /Bike Bridge
Right -of -way and Easement Acquisition /Ordinance
1 & 3
PW
A
Complete
Bid Award
4
PW
A
Interurban Avenue S (S 143`d — Fort Dent Way)
Status update
4
PW
B
S 144th St Phase 11 (42nd Ave S — TIB)
Bid award
4
PW
A
OTHER
TIB pedestrian bulb replacement (test locations) site tour
4
PW
B
Transit plan update contract
4
PW
A
Complete
Transportation Improvement Program 2016 -2021 Resolution
2
PW
A
Complete
CTR Grants
2
PW
A
Complete
S.144 1h St Bridge over 1 -5 (design, cost estimate)
4
PW
B
Dangerous intersections (S. 146th and 42 "d, S. 1401h and 42 d)
4
PW
B
Standard Reports /Briefings
Frequency
Dept.
Facility Tours
As needed
PW
SCATBD
Monthly
CM Hougardy
Committee Work Plan
Council, Staff
City of Tukwila Updated 10/6/15
City of Tukwila
Jim Haggerton, Mayor
TO:
Mayor Haggerton
Transportation Committee
FROM:
Bob Giberson, Public Works Director
BY:
David Sorensen, Project Manager
DATE:
December 4, 2015
SUBJECT:
2016 Overlay and Repair Program
Project No. 91510401
Consultant Selection and Agreement
ISSUE
Execute a contract with KPG, Inc. to provide design services for the 2016 Overlay and Repair Program.
Five engineering firms were evaluated to provide design services for the 2016 Overlay and Repair Program (see
attached scoring & selection matrix). All of the firms are qualified, but KPG, Inc. provides a unique knowledge and
understanding of the City's program that provides efficiency and benefits which cannot be matched at this time by any
other firm. KPG has also performed very well providing design consulting services on other City projects.
DISCUSSION
KPG, Inc. has provided a contract, scope of work, and fee estimate to complete design of the 2016 Overlay and Repair
Program and advertise for construction bids.
Locations in Design Contract
1) Andover Park East — Costco Dr to Minkler Blvd
3) Fort Dent Way — Interurban Ave S to Bridge
5) Minkler Blvd — Spot repairs only between APW & APE
7) 45th Ave S — West gravel area at S 139th St
2) 48th Ave S — Interurban Ave S to dead end
4) E Marginal Way — Norfolk north to new pavement
6) 52nd Ave S — S 142nd St to south dead end
8) S 128th St — Military R to approx. 650 feet east
9) S 130th St — East Marginal Way to 35th Ave S 10) Fort Dent Park — Parking lot repair
FISCAL IMPACT
2016 Design 2017 Begin
KPG Contract Budget Design Budget
2016 Design Contract $136,727.28 $110,000.00 $15,000.00
2016 Parks Fort Dent Design Budget 10,000.00
2015 Remaining Budget 30,000.00
TOTAL $136,727.28 $150,0-00.00 $15 0-00-00
RECOMMENDATION
Council is being asked to approve the design contract with KPG, Inc. for the 2016 Overlay and Repair Program in the
amount of $136,727.28 and consider this item on the Consent Agenda at the December 14, 2015 Special Meeting.
Attachments: Consultant Selection Scoring Matrix
Vicinity Map
Page 18, Proposed 2015 CIP
Consultant Agreement, Scope of Work and Fee Estimate
WAPW EngTROJECTStA-RW & RS Prcjects\Annual Overlay &Repair Programs20160verlay &Repair ProgramTeeigmDeagn Consultant Selection016 Consultant Selection DocslToTC\lnfo Memo Consult Select 2016 12-04-15 gi,doex
2016 Overlay Program — Contract for Design Services
Pace Engineers
HDR
KPFF
KPG, Inc.
Paramatrix
Paving Project Design Experience with the City.
0
1 In In .1H If) C Cf)
0
Knowledge of FHWA, State, and Tukwila Standards and Procedures
3
3
Environmental Experience
3
4
Experience with Similar Projects.
3
4
Traffic Control Design Expertise.
3
3
Experienceed Design Project Manager.
2
3
Small Scale Project Experience.
C
2
2
Utilities Corrdination Expierence.
3
3
Stormwater, Drainage, and Detention Design.
3
4
Public Outreach Experience.
3
4
Survey Crew In- House.
4
3
TOTALS
29
33
For each category, highest score is 5 (with the lowest or worst score 1)
Consultant with the highest score is ranked the best.
Staff: Dave Sorensen
Selection Date: 10/12/15
Selected Consultant: KPG, Inc.
Selection Justification: The selected firm has demonstrated relevant pavement overlay
design experience on multiple past federal and locally funded paving projects including
the City overlay program. KPG has provided execellent design results on City drainage
projects as well. They have exceptional familiarity with City Public Works systems,
WSDOT and FHWA standards. Based on overall score KPG prevailed.
E MARGINAL WAY
� Y gcrosG raps w � J ^I s m
s uln N stu
�r�'sm sr sn5 sr r�
sItIR r<i s1a S"
SIn9 5,1 48TH AVE S
S 130TH ST
Ia sT F
s In 9I _ slnn
s,n s5 -
slnsr
� 8
s �'kFy i n
r
-
_LS.......... 52ND AVE S
S 128TH ST
514Y 9 tl S ,�
FORT DENT PARK
S1NA
A
Sltl9 E Sfm Sf s N � �
45TH AVE S fi imT
MT
]S i5o4 '" S.7g0A 51 PAPo(
I 9 Si 9A St S
Ms- }51
it i1
V
s � .pZ,..S ° �x •
zN FORT DENT WAY
G 1 Si PMYm �
pti_ S1W
5. SP I
9
G d
� sfasr � � sm.uusa Qw
— � QWg11E
[IY4 M
mmmalE A
nsfPS sw
ANDOVER PARK E.
MINKLER BLVD om
a
s de t 4r �
atls
3
� 6
5 a59
2016 Overlay Program
Vicinity Map
CITY OF TDKVVL& CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT:
Annual Overlay and Repair Program Project No. 91810401
DESCRIPTION:
Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets.
JUSTIFICATION:
Pnaoemeand maimainthe e�ae sxm�unainao�e and useable o��byvanu�acingb�onatai|ue which also
'
minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects.
STATUS:
Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay.
MA|0T.|K8PACT:
Reduces annual maintenance.
COMMENT:
Ongoing project. Only one year actua|s shown in first column.
FINANCIAL Through Estimated
ovS000'si 2013 mm mvs min qo17 qn,n m"o m9n nnmmn TnTm
EXPENSES
Design
48
100
125
125
150
150
175
175
175
1,223
Const. Mgmt.
175
175
175
200
200
225
225
230
1,605
Construction
1,125
1,250
1,260
1,300
1,320
1,325
1,330
1,340
10,250
TOTAL EXPENSES
48
1,400
1,550
1,560
1,650
1,670
1,725
1,730
1,745
13,078
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
48
1,400
1,550
1,560
1,650
1,670
1,725
1,730
1,745
13,078
TOTAL SOURCES
48
1,400
1,550
1,560
1,650
1,670
1,725
1,730
1,745 1
13,078
2015 uo2o Capital Improvement Program 18
x����' � Contract Number:
��^uJr K�" �K��KK&y��� ' ,
G2O0Southoente/ Boulevard, Tukwila VVAQ8188
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT iu entered into between the City of Tukwila, Washio�u.b�oa�
referred to as "the (ity",and KPG,Inc..hereinafter referred to as "the Consultan[`,iuconsideration
of the mutual benefits, teroza, and conditions hereinafter specified.
1. PrQiect Designation. The Consultant is retained by the City ioperform engineering xczvbcos
io connection with the project titled ^2OlbOverlay .
l Scope Of Services. The Consultant agrees to perform the services, idondfiodoo Exhibit ^^/4``
o�acbudberuto'iudndiugUbeproYixiouofad|labnr,rou<miuls`ogoi meu1uodsoppliex.
3. . This Agreement shall buiufull force and
effect for a period commencing upon execution and ending December 31, 2016, unless sooner
(czroioatod under the provisions hereinafter xyocillod. Work under this A8rcezncot shall
c000rococc upon p/d1tnonoLicoby the City 1n the Consultant (oproceed. The Consultant shall
perform all set-vices and provide all work product required pursuant tn this Agreement onlater
than December 31,2016 unless an extension of such time is granted in writing by the City.
4. Payment. The Consultant ubuU be paid by the City for ooruploicd work and for services
rendered under this Agreement as follows:
/\. Puycocut for the work provided bnthe Consultant sbuU be made as provided no Exhibit
^13,' attached hocotn` provided that the total amount of payment to the Consultant shall not
exceed $133,861.16 without express written modification of the Agreement signed by the
City.
B. The Consultant may submit v000bco to the City once per month during the progress of
the work for partial puycuooi 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 io 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 hy the City.
D. Payment as provided in this uecdno obaU be full compensation for work performed,
services rendered, and for all ruu1oba]a, supplies, cgoipnzooi and incidentals uccooaury to
complete the work.
E. The Consultant's records and accounts po1oiuiu� 10 this Agreement are to be kept
uvuUub\o for inspection by representatives of the City and the state of Washington for a
period of three (3) years uftcz final payments. Copies abul1 be made available upon
request.
l Ownersbip and Use of Documents. All documents, druvvnga, apc:dica1kooa and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of ibo City whether the project for *biob they are cnudo is
executed or not. The Consultant ob4U hc��nniUud1orctuiocoyic*, including reproducible
copies, of drawings and specifications for iob)noa{ioo, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
d000rncu1s, dravvio�s, specifications or other cuatoddx by the City on any project other than
the project »pecificdioihia/\gzecnoeot.
0. Compliance with Laws. The Consultant shall, iu performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, aia|c, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant sbuD defend, iodcoznifv and hold the City, its officers,
officials, employees and volunteers harudcyx from any and all claims, injuries, dama�cu,
losses or suits bzooUing a1koocy fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in po/[mrmaooc of this /\gu:emcot, except for injuries and
duroa�mucooscdby1bton}�oo�Uguuoom[ the (�iLy.
8bnu}d o court of competent jodacOcdoo determine that this Agreement is ool cci to RC\V
4.24.l|5. then, in the event ofliability for damages arising out of bodily injury |opuruoouoo
damages to property caused bymresulting from the concurrent negligence of the Consultant
and the City, its officers, ofOcialo, employees, and volunteers, the Conxu|iao1`o liability
hereunder shall bc only 10 the extent o[ the Consultant's negligence. Dis further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver nf immunity under Industrial Insurance, Title 5lDCW` solely for the purposes o[this
indemnification. This waiver has been mutually negotiated by the purLic*. 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
insurance against claims for iniuries to persons or damage to property which may arise from
or in connection with the perf6rinance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required b4y 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 nhtub) insurance of the
types and with the limits described below:
l. Automobile Liability insurance with u minimum combined single limit for bodily
injury and property damage of $1.,000,000 per accident. Automobile ljobUiiy
insurance shall cover all owned, 000'ovvocd` hired and ]eased vehicles. Coverage
shall be vvriL1eo on Insurance Services Office (IS(J) fpno [/\00Ol orasubstitute
fn[co providing equivalent liability coverage. If ocooyou/y, the policy shall be
endorsed Lo provide contractual liability coverage.
CA revised :1-2oo Page
6
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 b 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
I
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 AXII.
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
N
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 resultinc, 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, b
percentage, brokerage fee, gift, or contingent fee.
0
11. Discrimination Prohibited. The Consultant, with regard to the work pet-formed 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
,I
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
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
C,
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.
ZD I
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 Tin-dted 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
8
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
753 9t" Avenue North
Seattle, WA 98109
18. Ell ti re.. Ap-i,eeiiieii_t,.Modificatioii. 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
z:1 L�
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
C)
DATED this day of
CITY OF TUKWILA
Mayor, Jim Hag11 gerton
Attest/Authenticated:
City Clerk, Christy O'Flaherty
CA revised: 1-2013
2015.
CONSULTANT
By:
Printed Name:Nelson Davis, KPG
Title: Principal
Approved as to Form:
Office of the City Attorney
Page 5
01
:VAMIl ra
City of Tukwila
2016 Overlay Program
Scope of Work
November 24, 2015
The Consultant shall prepare final Plans, Specifications and Estimates for the 2016
Overlay Program. Specific projects will be determined from the following list of
candidate streets:
❑ Andover Park East
❑ 48th Ave S
❑ Fort Dent Way
❑ E Marginal Way
❑ Minkler Blvd
❑ 52nd Avenue S
❑ 45th Avenue S
❑ S 128th Street
❑ S 130th Street
❑ Fort Dent Park
Costco Drive to Minkler
Interurban to east dead end
Interurban to the Bridge
Norfolk north to previous overlay limit
Spot Repairs only between APE and APW
S 142nd to south dead end
West gravel area at S 139th
Military Road to approx. 650' East
East Marginal to 35th Avenue S
As determined with available budget
The Consultant shall provide all necessary field reviews, base mapping, and utility
notification required to complete final bid documents for the 2016 Overlay Program.
The Consultant shall also prepare the bid tabulation, check low bidder(s) references,
and provide a recommendation for award to the City.
The 2016 Overlay Program will be bid as a single bid package as budget allows. The
anticipated construction budget is approximately $1.26 Million for the 2016 Overlay
Program. Projects may be re-prioritized or deferred to a future overlay program based
on available budget and other considerations. Detailed estimates will be prepared at
the 50% design to verify the final project list to be included in the 2016 Overlay
Program.
The City of Tukwila may require other services of the consultant. These services could
include additional design, right of way, 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
2016 Overlay Program
Page 1 of 4
KPG, Inc.
November 2015
1111
Assumptions for the 2016 Overlay Program Bid Package
• Roadway and utility casting mapping will be based on aerial photography,
GIS, and field reviews by the Consultant. Topographic field survey may be
required for ADA ramp improvements and will be performed by the Consultant
as required.
• Typically, only surface utilities requiring adjustment to grade will be shown.
• No utility upgrades are anticipated in the project design.
• Drainage & Water Quality Reports will not be required.
• Geotechnical Engineering services will not be required.
• Environmental Documentation will not be required.
Deliverables
• 50% review submittal with Plans and Estimate (6 copies)
• 90% review submittal with Plans, Specifications, and Estimate (6 copies)
• Routing of 50% and 90% Plans to utilities for review and comment.
• Bid Documents and Engineer's Estimate for 2016 Overlay Program
• 10 sets of Plans (11" X 17") and specifications for the Bid Documents.
• Coordinate upload of Plans and Specifications to Builders Exchange.
• Bid Analysis and recommendation for award.
SCOPE OF WORK
TASK 1 - MANAGEMENT/COORDINATION/ADMINISTRATION
1.1 The Consultant shall provide continuous project management and administration for
the duration of the Project. (Estimate 4 months).
• Hold project coordination meetings with the City to update progress and
review submittals. Assume (4) 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.
City of Tukwila
2016 Overlay Program
Page 2 of 4
KPG, Inc.
November 2015
iml
TASK 2 - PREPARE PLANS, SPECIFICATIONS AND ESTIMATE
2.1 The Consultant shall prepare base maps for all project segments using field
measurements, available record drawings, and/or ortho-photography. Topographic
survey will be utilized only at ADA ramp locations where field conditions require it to
meet ADA compliance.
2.2The Consultant shall prepare 50%, 90%, and final Plans for the proposed
improvements including the following:
• 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.
• It is assumed there will be thirty (30) plan sheets at 1" =20' scale full size (22"
X 34"), 1" =40' at reduced scale (11" X 17").
• Typical sections and details will be prepared for items not available as
standard details from the City, State, or WSDOT standard drawings.
• Plans will identify curb ramp replacement limits and pedestrian push button
modifications in accordance with ADA requirements.
• The plans shall illustrate complete details of construction of the proposed
improvements including limits of construction and removals, utility
adjustments, surfacing depths and details, and applicable channelization and
signing for the segments selected for final design.
• Plans and specifications will include required criteria for traffic control plans
and pedestrian traffic control during construction. Criteria will be developed in
collaboration with the City.
• The Consultant shall perform site walkthroughs with the City maintenance
staff to determine extent of roadway improvements / resurfacing (Estimate 2
meetings) and to prioritize candidate streets within the available budget.
• Pavement sections will be determined through consultation with the City's
maintenance staff and previous experience. No geotechnical investigations
are anticipated.
2.3The Consultant shall calculate quantities and prepare Engineers Estimate of
Probable Construction Cost for each review submittal and the Bid Documents.
Projects will be prioritized in collaboration with the City following the 50% Submittal
to determine final project segments.
2AThe Consultant shall prepare the Contract Specification per 2016 WSDOT Standard
Specifications for the 90% Review Submittal and the Bid Documents.
City of Tukwila KPG, Inc.
2016 Overlay Program Page 3 of 4 November 2015
im
2.5The Consultant shall distribute 50% and 90% review submittals to franchise utility
owners for adjustments within the Project limits,
2.6The Consultant shall assist the City with Project Advertisement and Award by
uploading plans and specifications to bxwa.com, preparing addenda, bid tabulation,
and recommendation for award.
TASK 3 — FORT DENT PARK PARKING/ACCESS REPAIRS
3.1 The Consultant shall prepare base maps and design for overlay/reconstruction
improvements in the Fort Dent Park area. Overlay plans for Fort Dent Park will be
included in a separate bid schedule and bid as part of the 2016 overlay program.
Limits of repairs will be determined in collaboration with the City to achieve an
approximate $100,000 construction budget.
City of Tukwila
2016 Overlay Program
Page 4 of 4
KPG, Inc.
November 2015
13
HOUR AND FEE ESTIMATE EXHIBIT B
Project: City of Tukwila
2016 Overlay Program
14C14" (3-
• Architecture
Landscape Architecture
4 Civil Er; Ulcer' ng •
Labor Hour Es imate
Task Description
Project Senior Project Design CAD Const Survey Senior Office
Manager Engineer Engineer Engineer Technician Inspector Crew Admin Admin
$ 182.01 $ 145.83 $ 119.33 $ 103.69 $ 87.97 $ 104.80 $ 165.47 $ 112.71 $ 58.11
To al Fee
Fee
Task 1 - Management / Coordination/ Admin
1.1 Management and administration (estimate 4 months) 8 0 0 0 0 0 0 4 8 2,371.84
Task Total 8 0 0 0 0 0 0 4 8 2,371.84
Task 2 - Prepare Plans, Specs, and Estimate
2.1 Prepare Project Base Maps 8 16 40 60 60 0 50 0 0 $ 28,336.06
2.2 Prepare 50%, 90%, and Final Plans 40 80 120 140 160 0 0 0 24 $ 63,254.30
2.3 Project Cost Estimates (50%, 90%, Final) 4 8 16 24 16 0 0 0 0 $ 7,700.22
2.4 Project Specifications 4 16 24 16 8 0 0 4 8 $ 9,203.91
2.5 Utility Coordination 2 4 16 8 8 0 0 0 4 S 4,622.42
2.6 Project Advertisement and Award 4 4 12 8 8 0 0 4 8 $ 5,192.41
Reimbursable - Mileage
$ 500.00
Reimbursable - Reproduction $ 1,000.00
Reimbursable - Traffic Control
8 2.000.00
Task Total 78 128 228 256 260 0 50 16 60 S 121,809.32
Task 3 - Fort Dent Park Parking/Access Repairs
3.1 Mapping and final design 2 8 16 24 40 0 0 0 4 $ 9,680.00
Task Total 2 8 16 24 40 0 0 0 4 S 9,680.00
Total Estimated Fee: $ 133,861.16
11/24/2015
City of Tukwila
Jim Haggerton, Mayor
10 1
TO: Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director
BY: Robin Tischmak, City Engineer
DATE: December 4, 2015
SUBJECT: Major Maintenance on 3 Bridges 2015 Project
Project Numbers 91510406, 91510407, 91510408; Contract No. 15-139
Supplemental Agreement No. 1
ISSUE
Approve Supplemental Agreement No. 1 with David Evans and Associates (DEA), Inc. for the Frank Zepp Bridge.
BACKGROUND
The Washington State Department of Transportation (WSDOT) approved Major Maintenance funding for 3 Tukwila
Bridges in December 2014 and funding acceptance was approved by Council in February 2015, DEA was contracted
for the design in July 2015 for all three bridges; Grady Way Bridge, Beacon Ave S Bridge and the Frank Zepp IS
180th St) Bridge. The original scope and fee were based on the best information available at the time.
DISCUSSION
Site investigations of the Frank Zepp Bridge have revealed unanticipated settlement and pier movement. Correction
of these issues requires additional site survey and design work. This supplement also adjusts the project schedule
and corrects some technical statements listed in the original scope. A safety concern was noted on the trail beneath
the west end of the Frank Zepp Bridge, which will not be covered by federal funds, but can be completed at a savings
under this contract.
FINANCIAL IMPACT
City Projects 91510406, 91510407, and 91510408 are included in Contract No. 15-139. Only the fee for the Frank
Zepp Bridge is increasing in Supplemental Agreement No. 1. The federal funding requires a 10% agency match. The
City match will increase by $4,829.70 and the trail lighting design will cost $5,489.00, to be paid from the 2015 Bridge
Inspection Program.
Contract Budget
Grady Way Bridge Design $ 96,539.00
Beacon Ave S Bridge Design 249,061.00
Frank Zepp Bridge Design 343,368.00
Frank Zepp Supplement Ag. No. 1 46,769.00
Total 735,737.00 066,000,00
RECOMMENDATION
Council is being asked to approve Supplemental Agreement No. 1 to Contract No. 15-139 with David Evans and
Associates, Inc, for $48,297.00 for the Major Maintenance on 3 Bridges 2015 Project and consider this item on the
Consent Agenda at the December 14, 2015 Special Meeting.
Attachment: CIP page 10, Proposed 2016
DEA Supplemental Agreement No. 1
WAPW Eng\PROJECTS\A- RW & RS Projects\Bridge Inspection Programs\Bridge Inspections 2015 (91510402)\Major Maintenance on 3 Bridges 2015\DEA 15
Design Contract\Supplement 1\lnfo Memo DEA Sup 1 12-04-15 gl sb.docx
PROJECT:
DESCRIPTION:
RiWiIIa IIQk"I
STATUS:
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2016 to 2021
Major Maintenance on 3 Bridges 2015
91510406
Project Nos. 91510407
91510408
Perform Seismic Retrofit, Deck and Joint Repair, and Bridge Painting work under the Local Agency Bridge
Program on the Frank Zepp Bridge, Grady Way Bridge and the Beacon Avenue South Bridge.
The three bridges were identified as good candidates for federal funding under the Local Agency Bridge
Program administered by WSDOT. The proposed work will preserve the City owned infrastructure and
extend the service lives of the bridges.
Federal grant funding was approved December 2014. Council budget amendment approved 8/3/15.
MAINT. IMPACT: Maintenance needs will be reduced once these three major maintenance projects are completed.
The three bridges were approved for grants under separate federal aid numbers but will be combined into one
COMMENT: for the design & construction contract. Grant funding requires a 10% match for the design phase; projects that
obtain construction authorization by 9/30/18 are eligible for 100% Federal funding for construction.
FINANCIAL Through Estimated
(in $000's) 2014 2015 2016 2017 2018 2019 2020 2021 BEYOND TOTAL
EXPENSES
Design
866
866
Land (R/W)
0
Const. Mgmt.
593
593
Construction
3,803
3,803
TOTAL EXPENSES
0
866
4,396
0
0
0
0
0
0
1 5,262
FUND SOURCES
Proposed BRAC Grant
780
4,396
5,176
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
0
86
0
0
0
0
0
0
0
86
TOTAL SOURCES
0
866
4,396
0
0
0
0
0
0
5,262
16
Draft 2016 - 2021 Capital Improvement Program 10
AOL
Supplemental Agreement
Organization and Address
David Evans and Associates. Inc.
Number 1
1115 West Bay Drive NW, Suite 301
Olympia WA 98502
Original Agreement Number
15-139
Phone: 360-628-5025
Project Number
Execution Date
Completion Date
DEA Project No. TUKAOOOO-0014
12/31/2016
Project Title
New Maximum Amount Payable
— Major Maintenance of Three Bridges
$ 735,737.00
Description of Work
West Approach Slab design, trail lighting and Survey for the Frank Zepp Bridge, No. 91510406, 1000. 100.
Section 1. SCOPE OF WORK, m hereby changed Uo read
�
II
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: 110 rhallu
Section \( PAYMENT, shall ba amended aofollows:
Bv: Nanuel
A4t/ 10a-
onsultant Signature
MAIUM =1
By
Approving Authority Signature
Im
Summary of Payments
Agreement No. 15 -139
Basic Agreement Cunnlcmnn4 01
Direct Salary Cost
127,752.00
2,530.00
130,282.00
91510406.1000.100
343,368.00
46, 769.00
390,137.00
Overhead
(Including Payroll Additives)
232,483.00
4,604.00
237,087.00
Direct Non -Salary Costs
96,539.00
0.00
96,539.00
(includes Subconsultant
charges)
290,407.00
38,876.00
329,283.00
91510408.1000.100
249,061.00
0.00
249,061.00
Fixed Fee
38,326.00
759.00
39,085.00
Total
688,968.00
0.00
735,737.00
Management Reserve Fund
0.00
Total
688,968.00
46,769.00
735,737.00
Basic Agreement giinniomont it1 r_._j
Frank Zepp Bridge No.
91510406.1000.100
343,368.00
46, 769.00
390,137.00
Grady Way Bridge No.
91510407.1000.100
96,539.00
0.00
96,539.00
Beacon Ave. S Bridge No.
91510408.1000.100
249,061.00
0.00
249,061.00
Total
688,968.00
0.00
735,737.00
18
EXHIBIT A
CITY OF TUKWILA
MAJOR MAINTENANCE ON THREE BRIDGES
Scope of Services
Supplement 1
Prepared by:
David Evans and Associates, Inc.
415 118th Avenue SE
Bellevue, WA 98005
November 17, 2015
1F]
TABLE OF CONTENTS
INTRODUCTION........................................................................................................................ ..............................1
TASK 3.0 FRANK ZEPP BRIDGE MAINTENANCE ......................................................... ..............................1
3.02.51 Structural Analysis ......................................................................................................................... ..............................1
3.02.02.S1 Geotechnical Pier Isolation Recommendations ................................................................. ..............................1
3.03.01.S1 West Approach Slab Design and PS& E .................................................................................. ..............................2
3.03.02.51 Additional Engineering Assessment ....................................................................................... ..............................2
3.03.03.S1 Under -deck Trail Lighting Design and PS& E ...................................................................... ..............................2
3.08.51 Survey .................................................................................................................................................. ..............................3
TASK 5.0 GRADY WAY BRIDGE MAINTENANCE ......................................................... ............................... 3
5.02.S1 Structural Analysis ......................................................................................................................... ..............................3
TIMEFOR PERFORMANCE ................................................................................................... ............................... 4
City of Tukwila
Major Maintenance on 3 Bridges
i Scope of Services, Supplement 1
November 17, 2015
`11
INTRODUCTION
The City of Tukwila (AGENCY) and David Evans and Associates, Inc. (CONSULTANT) entered into a
professional services agreement on July 23 "', 2015 with for development of bridge repairs and
construction contract documents for the following:
08561400 TUKWILA -02 FRANK ZEPP BRIDGE
07996800 TUKWILA -13 BEACON AVENUE BRIDGE
08543600 TUKWILA -08 GRADY WAY BRIDGE
During the design development, a number of items were discovered that were not anticipated during
the initial scoping. They include:
• Settlement of the roadway in the vicinity of Pier 1 of the Frank Zepp Bridge. This settlement is
potentially attributed to combined seismic and vehicular induced settlements. To counter this
settlement, design and construction of a west approach slab is recommended for two reasons:
to provide a transition from the hard bridge surface to a softer soil supported roadway facility to
the west, and to provide seismic resistance benefits, including friction resistance to longitudinal
bridge movements.
• Pier 2 of the Frank Zepp Bridge has a slight tilt toward the Green River channel. It is thought that
this tilt is caused by additional lateral forces induced by the trail running underneath the Span 1
of the bridge. Additional engineering analysis and assessment is recommended to study the
information provided by the surveying activities and geotechnical investigations regarding the
Pier 2 condition.
• The trail running underneath Span 1 of the bridge is not lit. This task will provide design for
installation of lighting on the bridge deck soffit and on top of the trail to ensure a lit and safe
trail for the trail users.
The following Scope of Services (SCOPE) describes the work to be performed for this Supplement
(Supplement #1).
3.02.1 Structural Analysis
Bullet Point 1 in original Scope of Services is amended to read:
• Seismic Analysis: CONSULTANT shall use the seismic design criteria developed to perform
seismic analysis and determine required capacity to strengthen bridge to a6hie e Level , Life
J11;ENr_Y fer theiF Feview a appFeval. using sound engineering judgment and experience to
meet the requirements of the Performance Level 0 (PLO) criteria.
3.02.02. Si Geotechnicel Pier Isolation Recommendations
CONSULTANT shall prepare pier isolation recommendations at Pier 2 relative to the trail loading on the
pier. Pier isolation concepts may include removal and replacement of the existing earth fill with
lightweight materials such as expanded polystyrene (geofoam) or pier wall jacketing. Recommendations
will be prepared for design and construction of the preferred isolation concept and included in the final
geotechnical report for the project.
Assumptions:
City of Tukwila
Major Maintenance on Three Bridges
1 Scope of Services, Supplement 1
November 17, 2015
`AI
1. No field explorations or laboratory testing of soils will be performed. The recommendations for
pier isolation will be developed using existing information and simplified, conservative design
assumptions. Attendance at not more than one design team meeting at DEA's Bellevue office is
assumed.
Deliverables:
1. Draft design and construction recommendations for Pier 2 isolation will be transmitted to the
design team in electronic format with the final recommendations incorporated in the final
geotechnical report deliverable.
3.03.01.51 West Approach Slab Design and PS &IE
CONSULTANT shall prepare concept and final designs, construction plans, engineer's estimate, and
special provisions (PS &E) for the installation of an approach slab on the west approach to the FRANK
ZEPP BRIDGE. This slab task is recommended for seismic enhancement of the west abutment and its
immediate vicinity. Currently the abutment and its vicinity is experiencing settlement.
This task involves creating two structural sheets that show a plan view and structural details of this slab
and its connection to the west abutment.
CONSULTANT shall prepare 90% and 100% AD Ready Plans, Specifications, & construction Opinion of
Cost Estimates (PS &E) for this task. The PS &E for this task will be incorporated into the Project PS &E
deliverables.
Current City of Tukwila Infrastructure Design and Construction Standards shall be followed throughout
the design process.
Deliverables:
1. 90% and 100% AD Ready PS &E documents for the West Approach Slab
CONSULTANT shall review any additional survey and geotechnical data required for the seismic
assessment and retrofit design of the Frank Zepp Bridge per Level 0 (PLO) Performance criteria.
The geotechnical data pertains to the assessment of the effects of the installed trail adjacent to Pier 2 of
the Frank Zepp Bridge and its associated lateral pressures on the pier.
3,03.03.51 Under-deck Trail Lighting Design and pS&IE
CONSULTANT shall prepare concept and final designs, construction plans, engineer's estimate, and
special provisions (PS &E) for the installation of under deck lighting over the trail under the west end of
the Frank Zepp Bridge.
The installation of lighting will conform to vandal resistant fixtures lighting the pathway to 1.0 FC and 4:1
uniformity with fixtures having low maintenance, high efficiency, and a wavelength of between 4,000
and 4,300 wave length. An illumination report will represent the design. The power source will be either
the existing signal installation at Sperry Avenue and S 1801h Street or an alternate source selected by the
AGENCY. Lighting will remain on at all hours unless otherwise directed.
Deliverables:
City of Tukwila
Major Maintenance on Three Bridges
Scope of Services, Supplement 1
November 17, 2015
`tea
1. 90% and 100% AD Ready PS &E documents for under -deck lighting.
3.08.S1 Survey
During recent site visits, CONSULTANT staff determined that Pier 2 is not plumb. This could be due
settlement at and around Pier 1 as a result of recent seismic activity or additional loads created by
installation of the trail under Span 1. In order to investigate these observations in further detail and
compare measured elevations with the as -built information, a survey is recommended.
CONSULTANT shall survey bridge to determine current elevations and geometry, and compare these to
as -built conditions to determine if bridge has settled, shifted, or rotated.
Deliverables:
1. One plan sheet showing elevations and planar coordinates for as -built condition, current
condition, and table listing the changes.
TASK 5.0 GRADY WAY BRIDGE MAINTENANCE
5.02.51 Structural Analysis
Bullet Point 1 is amended to read:
Seismic Analysis: CONSULTANT shall use the seismic design criteria developed to perform
seismic analysis and determine required capacity to strengthen Piers 2, 3, 10 and 11
Level I Life Safety peFf9FFnaP1r=e GF*teF*a. GONSWI.T-ANT will Wbfflit UP te thFee eeRGeptua4
de igR5 to nr_ENGY fGF th a i
o - using sound engineering judgment and
experience that meets the requirements of the Performance Level 0 (PLO) criteria.
Table 1 shows the Plans, Specifications and Estimate submittal items included in this supplement.
• Table 1.
City of Tukwila
Major Maintenance on Three Bridges
Scope of Services, Supplement 1
November 17, 2015
23
Maximum
PS &E Submittal Phase
Sheet Name
Assumed
Number of
90% 100%
Sheets
S1: FRANK ZEPP West Approach Slab
2
X
X
S1: FRANK ZEPP Survey Points for Comparison to As- Builts
1
X
X
S1: Engineer's Estimate (to be included in Project estimate)
X
X
S1: Special Provisions (to be included in Project Special Provisions)
X
X
City of Tukwila
Major Maintenance on Three Bridges
Scope of Services, Supplement 1
November 17, 2015
23
TIME FOR PERFORMANCE
The estimated project milestone submittal schedule is amended as follows:
CONSULTANT Notice -to- Proceed
July 20, 2015
Kick -Off Meeting
August 3, 2015
30% Design Submittal
September 14, 2015
90% PS &E Submittal
DeeemlaeF 14, 2015 January 19, 2016
100% PS &E Submittal
jaRWaFy 5, 2014 March 1, 2016
Project Advertisement
FebF aFy 16, 2916 March 29, 2016
City of Tukwila
Major Maintenance on Three Bridges
Scope of Services, Supplement 1
November 17, 2015
24
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
City of Tukwila
Major Maintenance of Three Bridges
Contract No. 15-139
David Evans and Associates, Inc.
No.
Unit
Each
Cost
Reproduction Costs
Direct
Classification
Hrs.
X
Rate
= Cost
Engineering Manager (EOM)
0
$
8800
$0
Project Manager (PMGR)
2
$
61 00
$122
Executive Administrator (EXAD)
0
$
36.00
$0
Managing Prof Engineer (MGPE)
2
$
64,00
$128
Professional Engineer (PFEN)
0
$
42r00
$0
Senior Bridge Engineer (SBEN)
0
$
5800
$0
Bridge Engineer (BREN)
0
$
40,00
$0
Senior CADD Technician (SCAD)
0
$
41,00
$0
CADD Technician (CADD)
0
$
28,00
$0
Construction Manager (CO)
0
$
68,00
$0
Senior Scientist (SCCI)
0
$
44.00
$0
Scientist (SCIT)
0
$
3400
$0
Survey Technician (SVTE)
40
$
32-00
$1,280
Project Land Surveyor (PLSU)
10
$
42.00
$420
Instrument Person (INST)
20
$
26,00
$520
Administrative Assistant (ADMA)
0
$
22,00
$0
Project Administrator (PA)
2
$
3000
$60
0
$0
Total Hrs.
76
Salary Cost
$ 2,530
Salary Escalation Cost (estimated)
Escalation - % of Labor Cost 0% per year @ 0 year(s) $0
Total Salary Cost $ 2,530
Overhead Cost @ 181,98% of Direct Labor $ 4,604
Net Fee @ 30,0% of Direct Labor $ 759
Total Overhead & Net Fee Cost $ 6,363
Direct Expenses
No.
Unit
Each
Cost
Reproduction Costs
Copies
0
pages @
$0,06
/page
$ -
Reports
0
reports @
$15
/report
$ -
Plans
0
sets @
$2
/set
$ -
Parking
0
@
$8
$ -
P20 Scanner
1
@
$650
$ 650.00 Frank Zepp
Mileage
75
miles @
$0 575
/mile
$ 43.13 Frank Zepp
Subtotal
$ 693
David Evans and Associates Total $ 8,586
Subconsultants
�Trantech, LLC W/DBE M75,07 Hrs $ Total 7
312 $ 35,470
PanGEO, Inc. 24 $ 2,713
Total 0.0 %® 0.0% 0.0% 336
*bcons,uIt1a,nt1T9ta!1- 0% $ 38,183
Direct Exatrises Sub-Total flncluding Subconsultants) $ 38,876
Total Costs $ 46,769
Page 1 of 1
K1
David Evans and Associates, Inc.
Work
Element*
Work Element
City of Tukwila
Major Maintenance of Three Bridges
Contract No. 15139
Budget No 104 98.595,800,41.00
4 5 e 7 6 9
L9
I- (• % W c
w a m m
0 c
W
2 m
O C Q e_
6 00,
rn = c C�
w a w g�
Total Total Total Total
588 DO t61 or 1.36 Ds
lira trs hrs trs
10
11
12
13
14
15
16
17
to
F
c 0
O 1w1-- a P en
c
< `t U v ® z e d
t w U m "' 0 6
m m N 5 g an Q E
C co
m € c0 - t g = • E
U F VJ ^y J m y Q
$ 2
Q " z m m E E m
U a C 0 ' C E Z
en w c¢3 coy c? in vi co o_ c ¢ a o_ DEA DEA %ot.
Total ' Total Total Total Total Total Total Total Total Total: Total Total Total Total Total Total
hrs hrs hrs hrs hrs Ira tuts hrs `..hrs hrs hrs hrs hrs :hrs $ .`.Hours
1.0 ;Project Management & Quality Control
1 01 S1 Prrz act Managilment of Supplement 1 tasks
3.0 -Frank Zepp Bridge Maintenance
2.S1 ISlructural Analysis ,language revisan_ no hours)
102 02.S1 1Geotechnic.al Pier isolation Recommendations
3.03 S1 .■est Approach Slab PSBE
3 02 S1 ;Additional Engineering Assessment
S1 lUnder -Deck Trail .ntjn5 &E
Work Element 1.0 Total
40 10 20
93 42%
5.0
Grady Way Bridge Maintenance
Work Element 3 0 Total
.Structural Ana ys s ; a. ua s rewsion no hears;
932%
Work Element 5.0 Total
PRIME COMPENSATION FOR SUB, COST
EXPENSES
SALARY ESCALATION
PROJECT WORK ELEMENTS TOTALS 2
10 20
$8,586
100.00%
Exhibit E^I �%�����U��|����
���nxof Tukwila Supplement ^ ^ ~ ^
Major Maintenance of Three Bridges
Contract No. 15-139
wm
Direct
Classification
Hrs. x
Rate
Cost
1
Project Manager
16
$
%00
2
Senkx8�uo�ndEngineer
48
|
5�5O
—��
--'--
3
Pr�e�S�uu�ndEngineer
40
$
5IOO
-'---
4
S�ffSbu�uedEn�neer
40
$
38.00
$1,440
5
Senior Civil Engineer
16
%
50.00
$800
8
Staff Civil Engineer
0
|
28.00
$O
T
Senior Drainage Engineer
O
$
46D0
*O
8
Senior Traffic Engineer
94
u
46.00
$4,324
9
Senior CADOTechnician
O
$
36.00
aO
10
CADDTeuhnic/an
48
$
37,00
$1.776
11
Project Administrator
O
$
28,00
$O
12
Administrative Assistant
10
$
2O00
$200
Total Hrs.
312
Salary Cost
$
14,100
Salary Escalation Cost (estimated)
Escalation -g6of Labor Cost
&q&
per year @
0 year(s)
Total Salary Cost
Overhead Cost @
123.OGY&of
Direct Labor
$
17.351
Net Fee @
28.59&of
Direct Labor
Total Overhead & Net Fee Cost
Direct Expenses
No.
Unit
Each
Cost
Reproduction Costs
Copies
U
poQao@
$0U8 /page
$
-
Reports
O
reports @
$15 /report
$
-
Plans
U
oato@
$2 /set
$
'
Parking
0
@
$0
$
-
Moi|/Do|ixarios/FodEx
0
@
$20
$
'
W1i|ooge
D
miles @
*0.575 /mile
$
-
Subtotal
wm
Fxhihit i=_1
28
Exhibit E-2
City of Tukwila Supplement I
Major Maintenance of Three Bridges
Contract No, 15-139
PanGEO, Inc.
Direct
Classification
Hrs. X
Rate
=
Cost
1 Principal Geotechnical Engineer
0
$
72.15
$0
2 Geotechnical Project Manager
6
$
62.05
$372
3 Project Engineer
12
$
38.45
$461
4 Senior Geologist
4
$
40.39
$162
5 Administrative Assistant
2
$
28.85
$58
6
0
$0
7
0
$0
8
0
$0
Total Hrs,
24
Salary Cost
$
1,053
Salary Escalation Cost (estimated)
Escalation - % of Labor Cost
0%
per year @
0 year(s)
$0
Total Salary Cost
$
1,053
Overhead Cost @
126.55%
of Direct Labor
$
1,333
Net Fee @
30.0%
of Direct Labor
$
316
Total Overhead & Net Fee Cost
$
1,648
Direct Expenses
No.
Unit
Each
Cost
Reproduction Costs
Copies
0
pages @
$0,06 /page
$
-
Reports
0
reports @
$15 /report
$
-
Plans
0
sets @
$2 /set
$
-
Parking
0
@
$8
$
-
Mail/Deliveries/Fed Ex
0
@
$20
$
-
Mileage
20
miles @
$0.575 /mile
$
11.50
Subtotal
$
12
PanGEO, Inc. Total
$
2,713
K*1
Kill
Exhibit E -2
City of Tukwila
Supplement 1
Major Maintenance of Three
Bridges
Contract No. 15 -139
PanGEO, Inc.
1 2
3
4
s
I
N
C
(L(7
a
N
N
N
N
O
Gl
C
Q
O1
C1
2
t
W
H
LU
Work
"rn
c
E
e
Element # Work Element
c??
a w
c9
aa'
v
A
a
PanGEO, Inc.
%of
Ceke 1 mte.s
$72 '15
Lw„ V1 a
Sd1i947.A!5
$40 39
S2885
Total Total
Total
Total
Total
Total
Total
Total
hrs. . hrs'
hrs,
hrs ,,,
'hr's""
3.0 Frank Zepp Bridge Maintenance
3.02.S1 Structural Analysfls (language revision, no hours]
6
12
q
2
24
$2,70
�a016%,
3.02.02.S1 Geotechnical Pier Isolation Recommendations
r
Slab PSBE
3.03.01.S1 West Apal
Eproach
3.03.02.S1 Additionngineering Assessment
103.01S1 I Under -Deck Trail Lighting PSBE
'.
3.08.S1 Survey
Work Element 3.0 Total
s
4 . ,
$2,701
10000 %c
EXPENSES
$12
SALARY ESCALATION
PROJECT WORK ELEMENTS TOTALS
6
12
4
2
24
1 2P1
100.00%
Kill
City of Tukwila
Jim Haggerton, Mayor
TO: Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director
BY: Robin Tischmak, City Engineer
DATE: December 4, 2015
SUBJECT: 53rd Ave S (S 137th St to S 144th St)
Project No 99110301
Accept WA State Transportation Improvement Board Grant
,ISSUE
Accept funding from the Washington State Transportation Improvement Board (TIB) for the 53rd
Ave S street improvement project.
BACKGROUND
TIB advertises an annual Call for Projects with applications due in late August. The City submitted
an application requesting funds for the 53rd Ave S street improvement project between S 137th St
and S 144th St. This project is included in the City's Capital Improvement Program (CIP) and was
previously submitted without successful funding. This year the 53rd Ave S project was selected for
TIB funding for $2,141,400.00 as part of the FY 2017 project selection process.
DISCUSSION
The grant funds provided by TIB will be used to construct urban street improvements that include
curbs, gutters, sidewalks, storm drainage facilities, and pavement reconstruction. The relocation of
overhead utilities to underground facilities will also be included in the project, but will be funded
primarily using City and Franchise Utility resources.
FINANCIAL IMPACT
There is currently $190,000 in residential streets and $200,000 in surface water for design of 53rd
Ave S. The design funding was approved with City funding in the May budget amendment. State
TIB grant funds are for right-of-way and construction only with a 60% local match. There is
currently City funding listed in the CIP that will cover the City's match.
Council is being asked to accept the Washington State Transportation Improvement Board
funding in the amount of $2,141,400.00 for the 53rd Ave S Project and consider this item to the
Consent Agenda at the December 14, 2015 Special Meeting.
Attachments: Grant Letter & Agreement
WAPW Eng\PROJECTS\A- RW & RS Projects\53rd Ave S (99110301)\Grants\lnfo Memo TIB Grant Accept 12-04-15 gi sb.docx
1951
i
Councilmember Bob Olson, Chair
City of itennew kir
Commissioner Richard Stevens,
Vice Chair
Grant County
Jim Albert
Office of Financial Management
INSDOT
Gary Ekstedt, P.E.
Yakima County
Mayor dames Irish
City of La Center
Mayor Patty Lent
City of Bremerton
Mick Matheson, P.E.
City of Sultan
Heidi Stamm
HS Public Affairs
John Vodopich
City of Bonney take
.lay Weber
County Road Administration Board
Clay White
Snohomish County
Stevan E. Gorcester
Executive Director
Washington
Transportation Board
November 20, 2015
Mr. Bob Giberson, P.E.
Public Works Director
City of Tukwila
6300 Southcenter Blvd, Suite 100
Tukwila, WA 98188 -2544
Dear Mr, Giberson.
Congratulations! We are pleased to announce the selection of your project, 53rd Avenue
S, S 137th Street to S 144th Street, TIB project number 8 -1- 116(012) -1.
Total TIB funds for this project are $2,141,400.
Before any work is allowed on this project, you must:
- Verify the information on the Project Funding Status Form, revise if necessary, and sign;
- Submit the section of your adopted Six Year Transportation Plan listing this project;
- Sign both copies of the Fuel Tax Grant Distribution Agreement; and
- Return the above items to TIB.
You may only incur reimbursable expenses after you receive approval from TIB.
In accordance with RCW 47.26.084, you must certify full funding by November 20, 2016
or the grant may be terminated. Grants may also be rescinded due to unreasonable
project delay as described in WAC 479 -05 -211.
If you have questions, please contact Greg Armstrong, TIB Project Engineer, at
(360) 586 -1142 or e-mail GregA(@tib.wa.gov.
Sincerely„
.... . .. ...m��
Stevan Gorcester
Executive Director
Enclosures
0 0 • `
19N
Washington State Transportation Improvement Board
Fuel Tax Grant Agreement
i"
Avenue
S 137th Street to S 144th Street
D
City of Tukwila
ii
i
1.0 PURPOSE
3.0 PROJECT DOCUMENTATION
ON
Fuel "fax Agreement Page 1 of 5 November 2012
33
ashirarcrrr State Transportation Improvement Board - 1116(012) -1
e ®' Fuel Tax Grant agreement
amounts are greater than $50,000. If progress billings are not submitted, large payments may
be delayed or scheduled in a payment plan.
5.0 TERM OF AGREEMENT
This agreement shall be effective upon execution by TO and shall continue through closeout of
the grant or until terminated as provided herein, but shall not exceed 10 years unless amended
by the Parties.
.0 AMENDMENTS
This agreement may be amended by mutual agreement of the Parties. Such amendments shall
not be binding unless they are in writing and signed by persons authorized to bind each of the
Parties.
The RECIPIENT shall not assign or transfer its rights, benefits, or obligations under this
Agreement without the prior written consent of TIE. The RECIPIENT is deemed to consent to
assignment of this agreement by TO to a successor entity. Such consent shall not constitute a
waiver of the RECIPIENT's other rights under this agreement.
3.0 GOVERNANCE& VENUE
This agreement shall be construed and interpreted in accordance with the laws of the state of
Washington and venue of any action brought hereunder shall be in the Superior Court for
Thurston County.
.1 NON-COMPLIANCE
a) In the event TIB determines, in its sole discretion, the RECIPIENT has failed to
comply with the terms and conditions of this agreement, TO shall notify the RECIPIENT,
in writing, of the non - compliance.
b) In response to the notice, RECIPIENT shall provide a written response within 10
business days of receipt of TI's notice of noncompliance, which should include either a
detailed plan to correct the non - compliance, a request to amend the Project, or a denial
accompanied by supporting details.
C) TIB will provide 30 days for RECIPIENT to make reasonable progress toward
compliance pursuant to its plan to correct or implement its amendment to the Project.
) Should RECIPIENT dispute noncompliance, TO will investigate the dispute and
may withhold further payments or prohibit the RECIPIENT from incurring additional
reimbursable costs during the investigation.
9.2 DEFAULT
RECIPIENT may be considered in default if TIB determines, in its sole discretion, that:
F: a el °r x Agreement Page 1 of 5 November 2012
34
TIB may stop Project payments until the requested corrections have been made or the
Agreement has been terminated.
O`
a) In the event of default by the RECIPIENT as determined pursuant to Section 9.2,
TIB shall serve RECIPIENT with a written notice of termination of this Agreement,
authorized shall be served in person, by email or by certified letter. Upon service of notice of
termination, the RECIPIENT shall immediately stop work and/or take such action as may
be directed by TIB.
b) In the event of default and/or termination by either PARTY, the RECIPIENT may
be liable for damages as
grant funds,
and are in addition to any other rights and remedies provided by law.
TERM1NATION FOR NECESSITY
TIB grant funds come from Motor Vehicle Fuel Tax revenue. Any use of these funds for
anything other than highway or roadway system improvements is prohibited and shall subject
the RECIPIENT to the terms, conditions and remedies set forth in Section 9. If Right of Way is
purchased using TIB funds, and some or all of the Right of Way is subsequently sold, proceeds
from the sale must be deposited into the RECIPIENT's motor vehicle fund and used for a motor
vehicle purpose.
IM4
F: u ell Tax Agreement IPage 3 off November 2032
35
Washington State Transportation Improvement Board -1- 116(010 -1
" Fuel Tax Grant Agreement
12,0 INDEPENDENT CAPACITY
13,0 INDEMNIFICATION AND HOLD HARMLESS
The PARTIES agree to the following:
a) The PARTIES shall make good faith efforts to quickly and collaboratively resolve any
dispute arising under or In connection with this AGREEMENT. The dispute resolution
process outlined In this Section applies to disputes arising under or in connection with
the terms of this AGREEMENT.
b) Informal Resolution. The PARTIES shall use their best efforts to resolve disputes
promptly and at the lowest organizational level,
) Each PARTY agrees to compromise to the fullest extent possible in resolving the dispute
in order to avoid delays or additional incurred cost to the Project.
F: uO Tax Agreement Page 4 of b November 2012
K %9
, Washington State Transportation Improvement Board 6- 1- 116(012) -1
Fuel Tax Grant Agreement
This Agreement, together with the RECIPIENT'S Grant Application, the provisions of chapter
47.26 Revised Code of Washington, the provisions of title 479 Washington Administrative Code,
and TIB Policies, constitutes the entire agreement between the PARTIES and supersedes all
previous written or oral agreements between the PARTIES.
16,0 RECORDS MAINTENANCE
If any litigation, claim or audit is started before the expiration of the six (6) year period, the
records shall be retained until all litigation, claims, or audit findings involving the records have
been resolved.
Approved as to Forums
Attorney General
MIM
Signature on file
Guy I13owman
Assistant Attorney General
Chie.f Executive Officer
P hrat IName,
Transportation Improvement Board
MUMIMM
Fu ell "Tax Agreement ent Page 5 of 5 November 2012
19YA
38
City of Tukwila
Jim Haggerton, Mayor
TO: Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, P.E., Public Works Director-
BY: Greg Villanueva, NPDES Coordinator
DATE: December 4, 2015
SUBJECT: NPDES Phase 11 Permit
Project No. 99341210
Department of Ecology 2015-2017 Biennial Stormwater Capacity Grant
ISSUE
Authorize acceptance of a Department of Ecology (DOE) 2015-2017 Biennial Stormwater
Capacity Grant for the City's National Pollutant Discharge Elimination System (NPDES) Phase 11
Permit and Surface Water project funding.
BACKGROUND
The 2015 State Legislature has provided the DOE with state funding for local jurisdictions to
assist in the implementation of the NPDES Phase I and Phase 11 permit requirements.
ANALYSIS
The DOE has notified Tukwila of approval of grant funding and that agreement number
WQWCAP-1 517-Tukwil-00025 is ready for signature. The Capacity grant is in the amount of
$50,000 and will be used towards the Low Impact Development (LID) Gap Analysis and
Implementation. The Gap Analysis and Implementation of new LID regulations are required to
be adopted by the City before December 31, 2016.
FINANCIAL IMPACT
The $50,000 DOE Capacity Grant is non-competitive and no City matching funds are required.
RECOMMENDATION
Council is being asked to accept the Stormwater Capacity Grant with the State Department of
Ecology and consider this item on the Consent Agenda at the December 14, 2015 Special
Meeting.
Attachments: DOE Agreement WQSWCAP-1517-Tukwil-00025
ICU]
WAPW Eng\PROJECTS\A- DR Projects\NPDES Program (99341210)\2015 2017 Capacity Grant\info Memo UC 2015-17 DOE Grant 12-04-15 gl sb.doc
Agreement No: WQSWCAP - 1517 - Tukwil -00025
Project Title: 2015 -2017 Biennial Stormwater Capacity Grants
Recipient Name: City of Tukwila
= DEPARTMENT OF
moon ECOLOGY
State of Washington
Agreement WQSWCAP - 1517 - Tukwil -00025
WATER QUALITY STORMWATER CAPACITY AGREEMENT
BETWEEN THE STATE OF WASHINGTON DEPARTMENT OF ECOLOGY
AND
City of Tukwila
This is a binding Agreement entered into by and between the State of Washington, Department of Ecology,
hereinafter referred to as "ECOLOGY" and City of Tukwila, hereinafter referred to as the "RECIPIENT" to carry out
with the provided funds activities described herein.
GENERAL INFORMATION
Project Title:
Total Cost:
Total Eligible Cost:
Ecology Share:
Recipient Share:
The Effective Date of this Agreement is:
The Expiration Date of this Agreement is no later than
Project Type:
Page I of 24
2015 -2017 Biennial Stormwater Capacity Grants
$50,000.00
$50,000.00
$50,000.00
$0.00
07/01/2015
03/31/2017
Capacity Grant
Project Short Description:
This project will assist Phase I and II Permittes in implementation or management of municipal stormwater
programs.
Project Long Description:
N/A
Overall Goal:
This project will improve water quality in the State of Washington by reducing stormwater pollutants discharged to
state water bodies.
40
W QS W CAP - 1517 - Tukwil -00025
City of Tukwila
Jim Haggetton, Mayor
TO: Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, P.E., Public Works Director
BY: Greg Villanueva, NPDES Coordinator
DATE: December 4, 2015
SUBJECT: NPDES Phase 11 - Low Impact Development (LID) Gap Analysis
Project No. 99341210
Consultant Recommendation and Agreement
ISSUE
Approve Otak, Inc. to perform Low Impact Development (LID) Gap Analysis and Implementation
for the National Pollutant Discharge Elimination System (NPDES) Phase 11 Permit.
22REMOM
The City's NPDES Phase 11 permit requires that the City review, revise, and make effective their
local development - related codes, rules, standards, or other enforceable documents to
incorporate and require LID principles and LID Best Management Practices no later than
December 31, 2016.
ANALYSIS
To meet the NPDES Phase 11 Permit requirements, the City of Tukwila short listed four
consulting firms from the current MRSC Consultant Roster to assist the City with an LID gap
analysis and implementation project. The following three consultants responded with a
statement of qualification and were then interviewed:
1) SvR, Seattle, WA 2) Maul Foster Alongi, Vancouver, WA 3) Otak, Redmond WA
Otak, was selected and is recommended for the contract as they are currently performing
similar work for other cities and were highly recommended.
FINANCIAL IMPACT
The LID Gap Analysis consultant agreement is for $59,006, of which $50,000 will be funded by
a Dept of Ecology Water Quality Stormwater Capacity Grant. The Stormwater Capacity Grant
has no City match and the remaining balance will be funded from the NPDES budget.
RECOMMENDATION
Council is being asked to approve a consultant agreement with Otak, Inc. the amount of
$59,006 for the NPDES Phase 11 Permit's LID Gap Analysis and Implementation and consider
this item on the Consent Agenda at the December 14, 2015 Special Meeting.
Attachments: Consultant Selection Matrix
Otak, Inc. Consultant Agreement
W:\PW EngTROJECT&A- DR Projects\NPDES Program (99341210)\2015 2017 Capacity Grant\Otak LID Gap Analysis\lnfo Memo Otak LID Gap Analysis 12.04-15 g1sb.doc, 41
2015 LID GAP ANALYSIS
CONSULTANTS O�
e�P
5�
/co
e ;l Sao
UNDERSTANDING OF
PROJECT OBJECTIVES
1
2
3
APPROACH TO MEETING
PROJECT OBJECTIVES
1
1
3
KNOWLEDGE /EXPERIENCE
WITH LID
1
1
3
KNOWLEDGE /EXPERIENCE
WITH DOE SMMWW AND KING
COUNTY SWDM
2
1
3
KNOWLEDGE AND
EXPERIENCE WITH
MUNICIPAL CODES AND
STANDARDS
1
2
3
PROJECT MANAGER AND
TEAM MEMBERS
1
2
3
ENVIRONMENTAL PLANNING &
PERMITTING EXPERIENCE
2
1
3
EXPERIENCE, PERFORMANCE
& REFERENCES ON SIMILAR
PROJECTS
1
2
3
ABILITY TO MEET SCHEDULE
1
1
1
Totals
11
13
25
Ranking
1
1 2
1 3
SCORING SHOULD RANGE FROM 1 (LOWEST RANKING) TO 3 (HIGHEST RANKING).
04
CONSULTANT AGREEMENT FOR
PROFESSIONAL SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City ", and Otak, Inc., hereinafter referred to as "the Consultant ", in consideration
of the mutual benefits, terms, and conditions hereinafter specified.
1. Proiect Designation. The Consultant is retained by the City to perform services in
connection with the project titled Low Impact Development Gap Analysis and
Implementation.
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, 2016 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, 2016 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 $59,006.00 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.
43
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.
44
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.
El 11
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.
«y
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:
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 120
CITY OF TUKWILA CONSULTANT
Mayor, Allan Ekberg
Attest/Authenticated:
City Clerk, Christy O' Flaherty
Printed Name:
Title:
Approved as to Form:
Office of the City Attorney
EfA
Exhibit A
City of Tukwila
LID Gap Analysis and Code Update
Otak Project Number 32634
November 13, 2015
Project Understanding
The City of Tukwila is subject to requirements of the National Pollutant Discharge
Elimination Systems (NPDES) Western Washington Phase II Municipal Stormwater
Permit (permit), issued by Washington Department of Ecology (Ecology). The current
permit requires the City to update its development codes and standards by 2017 to
make low impact development (LID) the preferred and commonly used approach to site
development.
The required process for meeting the objective of making LID the preferred and
commonly used approach to site development is described in detail in Integrating LID
into Local Codes: A Guidebook for Local Governments, which is referenced by the
permit. This process entails significant municipal staff involvement. This scope of work
describes a collaborative effort between Otak and various City staff to achieve the
requirements of the permit. Generally, Otak plans, leads, coordinates, participates in,
and creates final deliverables for tasks. City staff participates by using their unique
knowledge of local land development standards and practices to give feedback on
Otak's findings, recommendations, and drafts.
The permit- required deadline for updating the City's codes and practices is December
31, 2016.
Task 1: Project Management
Otak will plan, manage, and execute the tasks described in this scope of work in
accordance with the schedule, budget, and quality expectations that are established.
Otak will coordinate regular meetings with the City's project manager and will document
decisions and action items as they arise.
Deliverables
Coordinate bi- weekly meetings
Submit monthly progress reports with billings
Assumptions
• Bi- weekly meetings are 30 minutes
Task 2: LID Gap Analysis
Otak will review the City of Tukwila's codes, rules, and standards to identify opportunities
to incorporate LID principles into the City's development codes and standards. Three
principles called out by the City's municipal stormwater permit are:
Minimize creation of impervious surfaces
Minimize loss of native vegetation
W:APW Eng \PROJECTS \A - DR Projects \NPDES Program (99341210) \2015 2017 Capacity Grant \Otok LID Gap Analysis \Otnk Consultant Agreement- 48
Exhibit A.docx
Scope of Work
Continued
• Minimize stormwater runoff
The gap analysis will review:
• City of Tukwila Public Works Infrastructure Design and Construction Standards
• City of Tukwila Comprehensive Plan
• Tukwila Municipal Code, Title 9, Vehicles and Traffic
• Tukwila Municipal Code, Title 11, Right -of -Way Use
• Tukwila Municipal Code, Title 14, Water and Sewers
• Tukwila Municipal Code, Title 17, Subdivision and Plats
• Tukwila Municipal Code, Title 18, Zoning
Otak's analysis will use resources provided in the Department of Ecology's Low Impact
Development Code Integration Toolkit, which was developed specifically for this
purpose. For example, the toolkit describes 12 topic areas that may play a role in
creation of impervious surfaces and loss of native vegetation in local jurisdictions'
development codes. These include, among others, site planning and assessment,
landscaping, parking, and maintenance. Otak will ensure each topic is addressed in the
gap analysis.
In this step, no updates are proposed. Otak's analysis and findings will be further
examined and used as the base of information for completing the project.
Deliverables
• Gap Analysis
Task 3: Gap Review and Opportunity Selection
The Gap Analysis may identify hundreds of opportunities for updating City development
codes and engineering standards to incorporate LID. Otak will need City staff feedback
to narrow down the list of potential updates and approval from City leaders before
beginning to draft the updates.
Task 3.1: City Staff Training and Kickoff
The guidebook emphasizes the importance of City staff participation from various
disciplines. Representatives from key departments with responsibilities for setting and
enforcing the City's land use, engineering, public safety, and critical areas policies will be
selected for participation in the LID code review process.
To bring the team and leaders to a common level of understanding of the principles of
LID and to initiate the review of the Gap Analysis, Otak will host an introduction and
kickoff meeting including team members and leadership.
Deliverables
• Half -day introduction and kickoff
Task 3.2: Gap Review
Otak expects the Gap Analysis to identify potentially hundreds of opportunities for
incorporating LID principles. The analysis will be divided for team review, which will bring
multiple perspectives and specific local knowledge. Team members will closely review
targeted portions of the Gap Analysis, selected based on each team member's subject
C1*]
Scope of Work
Continued
matter expertise. To facilitate review of specific topics, additional readings are
recommended.
Deliverables
List of additional readings and videos for subject matter experts
Updated Gap Analysis
Assumptions
• One meeting with the whole team will be needed
Task 3.3: Recommendation and Approval
Based on team feedback on the Gap Analysis, Otak will narrow down the list of topics or
codes to update. In this step, no changes will be proposed. Otak will prioritize
opportunities and focus on those topics or code titles that best meet the City's
objectives.
Otak will produce a LID Code Update Findings Report, summarizing the Gap Analysis,
recommending updates, and developing initial concepts recommendation for review and
approval by City leaders. Community Development and Public Works department
directors and others will consider Otak's recommendation and will approve topics or
areas for update in the next task.
Deliverables
• LID Code Update Findings Report
Task 4: Development Code and Standards Update
Otak planners will draft updates of the City's codes and standards to incorporate LID
principles. Otak engineers will draft or update standard plans or details, as necessary.
City staff will continue to be involved as reviewers. The extent of this task is dependent
on the results of the gap analysis and prioritization and selection process above.
Deliverables
• Draft and final development codes
• Draft and final engineering drawings /illustrations
Assumptions
The extent of this task is dependent on the results of the Gap Analysis and prioritization
process in Step 3. For the purposes of the scope of work, we assume:
Update to 5 code titles or chapters, or agreed equivalent, where one title /chapter is
approximately 30 -50 pages (i.e. updates to approximately 250 pages of original
material)
5 new or updated engineering drawings or illustrations, such as standard plans or
details
Task 5: Adoption
This task will include briefing elected officials on LID, presenting proposed revisions, and
following the formal adoption process.
Scope of Work
Continued
Our scope includes presentations at several Council Committee meetings, including
Transportation Committee, Community Affairs and Parks Committee, and Utilities
Committee, as well as Planning Commission and a public hearing at City Council.
Deliverables
• One presentation for City Council Committee meetings, Planning Commission, and
the full City Council
• Attendance at up to 3 committee meetings
• Attendance at a Planning Commission work shop
• Attendance at a City Council hearing
Task 6: Public Outreach Support
To encourage community support, Otak recommends the City engage in moderate
public outreach using existing channels of communication and engagement with City
residents, landowners, and business communities.
Otak will support public outreach efforts by developing two brief outreach pieces. Brief
outreach pieces may include a one -page brochure, a newsletter article, one poster
board, or similar item.
Deliverables
• Two brief outreach pieces
Task 7: Summary
The City's municipal stormwater permit requires a summary of the process to be
submitted with the City's 2016 NPDES Annual Report (due March 2017). Otak will
prepare a summary report of the process for submittal. The summary will include a list of
participants; Tukwila's codes, rules and standards reviewed; and a description of the
revisions made to incorporate LID principles. It will be organized to describe:
• Measures to minimize impervious surfaces
• Measures to minimize loss of native vegetation
• Other measures to minimize stormwater runoff
Contingency - Task 8: Implementation
Otak recommends the City develop support tools for staff that will be reviewing and
enforcing new requirements. Implementation includes all those tasks necessary to
prepare City staff for new codes and standards.
Should the City wish to expand the scope of this contract to include implementation,
Otak will assist City departments in developing tools for accepting, reviewing, permitting,
inspecting, and maintaining development proposals and public improvements using new
codes and standards.
Preparation topics could include:
• Updated site plan submittal requirements
• New required site assessments and reports
• Updated road standards
• New types of stormwater facilities
• More flexible review and engineering requirements
:1I
Scope of Work
Continued
• Additional inspection requirements
• Updated maintenance standards
Otak will work with Community Development and Public Works review staff to develop
tools such as procedures, flow charts, checklists, maps, and cheat sheets for accepting
and reviewing land use and development proposals.
M
Exhibit B
City of Tukwila LID Gap Analysis and Code Update
Otak, Inc.
Otak Project # 32634
Kaela
Task
Description
PM /Sr. Civil
Stormwater
Planner
Environmental
Planner
Engineering
Designer
Project
Admin
Asst
Total
Hours
Total
Budget by
Task
1
Project Management
24
16
8
48
$6,480
2
LID Gap Analysis
4
84
32
16
136
$12,396
3
Gap Review and Opportunity Selection
4
44
16
8
72
$6,748
4
Development Code and Standards Update
4
100
60
50
214
$19,390
5
Adoption
8
16
32
56
$6,016
6
Public Outreach Support
4
4
32
40
$4,236
7
Summary
2
16
18
$1,740
Contingency Task
8
Implementation (Not included in Total below)
8
56
32
96
$9,416
Total Hours
50
280
172
74
8
584
$57,006
$2, 000
$59,006
Billing Rate
$190.00
$85.00
$98.00
$85.00
$70.00
Total Labor Cost
$9,500
$23,800
$16,856
$6,290
$560
Direct Expenses
Project Total
54
City of Tukwila
Jim Haggerton, Mayor
TO: Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director
BY: Robin Tischmak, City Engineer
DATE: December 4, 2015
SUBJECT: Thorndyke Safe Routes to School Project
Project No. 91210302, Contract No. 14-196
Project Completion and Acceptance
IR*10114
Accept construction contract as complete and authorize release of retainage.
BACKGROUND
The Notice to Proceed for Contract No. 14-196 with Road Construction Northwest of Renton, Washington was
issued on September 14, 2014 for the Thorndyke Elementary Safe Routes to School (SRTS) Project. The
Thorndyke SRTS construction project improved S 150th St between Tukwila International Blvd and 42nd Ave S.
Improvements included new asphalt and concrete pavement, curb, gutter and sidewalk on the south side,
driveway and curb ramps, and property restoration.
DISCUSSION
The Thorndyke SRTS Project was physically completed on June 2, 2015. Two change orders were executed for
a contract time extension and minor overrun. Under runs of $24,778.01 were due to project management
efficiencies,
FINANCIAL IMPACT
The Thorndyke SRTS construction budget was $1,487,000.00. The project was funded by a Federal SRTS grant of
$457,000, along with the Annual Overlay and Surface Water funding. Retainage was not held due to new Federal
contract requirements.
RECOMMENDATION
Council is being asked to formally accept the Thorndyke Safe Routes to School construction contract as
complete and authorize the release of retainage, subject to standard claim and lien release procedures, with
Road Construction Northwest in the final amount of $1,116,451.13 and to consider this item on the Consent
Agenda at the December 14, 2015 Special Meeting,
Attachment: Notice of Completion
WPW EngTROJECTSW RW & RS Projects\Safe Routes to School - Thorndyke (91210302)1CN Awarfinto Memo Close out RCNW 12-0415 gi.docx
Expenses
Construction Contract Amount
$1,136,256.00
Change Order Nos. 1 & 2
4,973.14
Unit Price Under-runs
(24,778.01)
Total Contract and Budget
$1,116451.13
RECOMMENDATION
Council is being asked to formally accept the Thorndyke Safe Routes to School construction contract as
complete and authorize the release of retainage, subject to standard claim and lien release procedures, with
Road Construction Northwest in the final amount of $1,116,451.13 and to consider this item on the Consent
Agenda at the December 14, 2015 Special Meeting,
Attachment: Notice of Completion
WPW EngTROJECTSW RW & RS Projects\Safe Routes to School - Thorndyke (91210302)1CN Awarfinto Memo Close out RCNW 12-0415 gi.docx
, �;rnra rr
"S
❑ Original
❑ Revised #
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
Date: 09/29/15 Contractor's UBI Number: 602 286 010
Name & Mailing Address of Public Agency Department Use Only
City of Tukwila Assigned to:
6300 S Center Blvd #101
Tukwila, WA 98188 Date Assigned:
UBI Number:
Notice is herebv uiven relative to the completion of contract or proiect described below
Project Name
Contract Number
Job Order Contracting
Thomclyke Elementary Safe Routes to School 91210302
114-196
❑ Yes SK No
Description of Work Done/Include Jobsite Address(es)
Tukwila International Blvd & S 150th S: Remove asphalt & cement concrete pavements; traffic control; install new
storm drainage structures & pipes, new curb & gutters, sidewalks, driveways, curb ramps; property restoration; HMA
paving; traffic signal modifications.
Federally funded transportation project? [� Yes ❑ No (if yes, provide Contract Bond Statement below)
Contractor's Name
E -mail Address
Affidavit ID*
Road Construction Northwest
lArelene@RCNW.com
1603330
Contractor Address
Telephone #
POB 188 Renton, WA 980057
425 - 254 -9999
If Retainage is not withheld, please select one of the following and List Surety's Name & Bond Number.
❑ Retainage Bond [if Contract /Payment bond (valid for federally funded transportation projects)
Name: Employers Mutual Casualty Company
jBond Number: A82453
Date Contract Awarded
Date Work Commenced
Date Work Completed
Date Work Accepted
6/23/15
9/14/2014
6/2/15
Were Subcontracters used on this project? If so, please complete Addendum A. Wyes ❑ No
Affidavit ID* - No L&I release will be granted until all affidavits are listed.
Contract Amount
Additions ( + )
Reductions (- )
Sub -Total
Amount of Sales Tax 0.0
(If various rates apply, please send a breakdown)
TOTAL
$ 1,136,256.00
$ 4,973.14
$ 24,778.01
$ 1,116,451.13
$
$ 1,116,451.13
AUJL: these two totals must be
Liquidated Damages $ 0.00
Amount Disbursed $ 1,116,451.13
Amount Retained $ 0.00
TOTAL $ 1,116,451.13
Note: The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract.
NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates.
Submitting Form: Please submit the completed form by email to all three agencies below.
Contact Name: Diane Jaber, Finance
Email Address: diane.jaber @tukwilawa.gov
Department of Revenue
WS bingtorr State Department ent of
OR Public Works Section
Labor & I ndustrlle5
(360) 704 -5650
O
Contract Release
PWC @dor.wa.gov
(855) 545 -8163, option # 4
ContractRel ease @LN I. WA. GOV
Title: Finance Specialist
Phone Number:
Employment Security
Department
Registration, Inquiry,
Standards & Coordination
Unit
(360) 902 -9450
publicworks@esd.wa.gov
REV 31 0020e (4/28/14) F215- 038 -000 04 -2014 56
Addendum A: Please List all Subcontractors and Sub -tiers Below
This addendum can be submitted in other formats.
Provide known affidavits at this time. No L &I release will be granted until all affidavits are listed.
Subcontractor's Name:
U131 Number: (Required)
Affidavid ID*
American Surveying & Engineering LLC
603226051
575147
ASHFORD ELECTRIC & CONST CO
600640030
576085
BOBBY WOLFORD TRKNG & SLVG INC
600620859
581940
BRAVO ENVIRONMENTAL NW INC
602946216
583198
C & P FENCING
603210811
584105
Chick of All Trades LLC
602758788
581958
DAVEY TREE EXPERT COMPANY, THE
602000069
546270
GRASS MASTER
601517336
581961
J & G CONCRETE CORPORATION
602817010
582108
LAKESIDE INDUSTRIES INC
601106847
579552
Miles Sand & Gravel Company
171004760
582465
Miles Sand & Gravel Company
171004760
582466
Miles Sand & Gravel Company
171004760
580150
PACIFIC TOPSOILS INC
600405438
583005
REECE CONSTRUCTION COMPANY
602893954
581705
SALINAS SAWING & SEALING INC
601717158
582698
SILVERSTREAK INC
600432781
581717
STRIPE RITE INC
601048084
581775
W. E. Coates Surveying, LLC
602746960
586854
WILSON CONCRETE CONST INC
602168956
588288
For tax assistance or to request this document in an alternate format, please call 1- 800 - 647 -7706. Teletype (TTY) users may use the
Washington Relay Service by calling 711.
REV 31 0020e Addendum (04/28/14) F215- 038 -000 04 -2014
58
SOUTH COUNTY AREA TRANSPORTATION BOARD (SCATBd)
MEETING
AGENDA
Tuesday, November 17, 2015
9:00 — 11:00 a.m.
SeaTac City Hall
4800 South 188th Street
SeaTac
1.
Open Meeting
Action
9:00 a.m.
• Introductions
• Approve October 20, 2015 SCATBd
Meeting Summary
2.
Reports and Communications
Reports and
9:05 a.m.
• Chair or Vice Chair
Discussion
• Participant Updates from RTC and
Other Regional Committees
3.
SCATBd 2016 Officer Elections: Nominating
Report &
9:15 a.m.
Committee
Action
4.
I -405 Express Toiling Report: WSDOT's
Report and
9:30 a.m.
Craig Stone, Patty Rubstello, and Kim Henry
Discussion
5.
Metro's Service Guidelines Taskforce
10:00 a.m.
Recommendations: Jana Demas, Metro
Transit & John Howell, Taskforce Facilitator
6.
SCATBd 2016 Legislative Agenda:
Report and
9:30 a.m.
Councilmember Stacia Jenkins /All
Discussion
7.
• Public Comment
10:50 a.m.
• For the Good of the Order
• Next SCATBd Meeting: December 15,
2015
• December Meeting Treats — City of
Kent