Loading...
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