HomeMy WebLinkAboutCOW 2009-05-26 Item 4C - Agreement - 2009-2010 Overlay and Repair Construction Management Services with Anchor QEA for $216,085 COUNCIL AGENDA SYNOPSIS
0 „,:ell 441',e, Initials ITEM No.
4 i Meeting Date 1 Prepared by 1 Mayor's review Council repiew
e.! r -0. 05/26/09 1 3M-4:0 1 i
06/01/09 I ]M
L I I C
ITEM INFORMATION
1 CAS NUMBER: 09-065 I ORIGINAL AGENDA DATE: MAY 26, 2009
AGENDA ITEM TITLE 2009/2010 Overlay and Repair Program Construction Management Services
CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other
Mtg Date 05/26/09 Mtg Date 06/01/09 Mtg Date Mtg Date Mtg Date Mtg Date Mtg Date
SPONSOR Council Mayor Adrir Svcs DCD Finance Fire Legal n P&R Police Ply
SPONSOR'S Due to the large scope and complexity of the 2009/2010 Overlay Repair Program, as
SUMMARY well as workload of in -house staff and quality control, an additional construction
management consultant is proposed. Staff reviewed the MRSC Consultant Roster and
Anchor -QEA was determined to be the most qualified. A cost of $216,085.00 has been
negotiated, which is reasonable for the size and scope of this project.
REVIEWED BY COW Mtg. CA &P Cmte F &S Cmte Transportation Cmte
Utilities Cmte Arts Comm. Parks Comm. Planning Comm.
DA I'E: 05/18/09
RECOMMENDATIONS:
SPONSOR /ADMIIN. Public Works
COMMIT fEE Unanimous Approval; Forward to Committee of the Whole
COST IMPACT FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$216,085.00 $300,000.00 $0.00
Fund Source: 104.02 ARTERIAL STREETS (PG. 20, 2009 CIP)
Comments:
1 MTG. DATE RECORD OF COUNCIL ACTION
05/26/09 I
1
1 06/01/09 1
MTG. DATE
05/26/09 I Informational Memorandum dated 05/19/09 (revised after TC)
1 1 Consultant Agreement with Exhibits
I I Minutes from the Transportation Committee meeting of 05/18/09
1
1
06/01/09 1
ILA
4 s City of Tukwila
o
Jim Haggerton, Mayor
190; INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
TRANSPORTATION COMMITTEE
FROM: Public Works Directo
DATE: May 19, 2009
SUBJECT: 2009/2010 Overlay Repair Program
Project No. 09 -RW01
Construction Management Consultant Selection and Agreement
ISSUE
Approve consultant agreement with Anchor -QEA for Construction Management services.
BACKGROUND
Due to the large scope and complexity of the 2009/2010 Overlay Repair Project, staff proposes to use a
Construction Management Consultant to assist with inspection, review, and management of the
construction contractor during the course of this project. The construction project's bid opening was May
14, 2009 and is scheduled to be awarded with this contract. Construction is anticipated to begin by early
June.
DISCUSSION
City staff reviewed the MRSC Consultant Roster and short- listed three firms capable of performing the
desired construction management services. Anchor -QEA was determined to be qualified to perform the
work and has demonstrated to the City the ability to provide construction support and contract
management. They have a successful history with the City of providing these services and have
demonstrated the desire to support the City's interest and outcome of the project. Anchor -QEA has 20
offices nationwide with 200 employees. Among the services offered are Construction Management,
Construction Inspection, Civil Engineering, and Transportation Planning and Analysis.
A cost has been negotiated with Anchor -QEA for $216,085.00 which is reasonable for the size and scope
of this project. The budget is $300,000.00 over two years (see page 20, 2009 CIP). In -house construction
management staff would not be able to provide sufficient quality control due to existing project workload,
limited overtime, and the accelerated schedule of the 2009/2010 Overlay Repair project.
RECOMMENDATION
The Council is being asked to approve and forward the Construction Management consultant agreement
with Anchor -QEA, LLC for the 2009/2010 Overlay Repair Project for consideration at the May 26, 2009
Committee of the Whole meeting and subsequent June 1, 2009 Regular Meeting.
attachment Consultant Agreement
W:\P\V Eng\PROJECTS\A- RW RS Projects\09RWO1 2009 -10 Overlay \Const. Management\InfoMemo Anchor CM 5 -19 -09 revised.doc
CONSULTANT AGREEMENT FOR
CONSTRUCTION MANAGEMENT SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred
to as "the City and ANCHOR QEA„ LLC hereinafter referred to as the Consultant in
consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform Construction
Management services in connection with the project titled 2009 /2010 Overlay Repair
Program.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Time for Performance. Work under this contract shall commence upon the giving of 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 within 30 calendar days from
the date written notice is given to proceed, 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 $216,085.00 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 is provided in this section shall be full compensation for work perfomued,
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 state for a period of three (3)
years after fmal payments. Copies shall be made available upon request.
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 infoiniation, 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 to be rendered under this Agreement.
7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its
officers, agents and employees, from and against any and all claims, losses or liability,
including attorney's fees, arising from injury or death to persons or damage to property
occasioned by any negligent act, omission or failure of the Consultant, its officers, agents and
employees, in performing the work required by this Agreement. With respect to the perfottn-
ance of this Agreement and as to claims against the City, its officers, agents and employees,
the Consultant expressly waives its immunity under Title 51 of the Revised Code of
Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the
obligation to indemnify, defend and hold harmless provided for in this paragraph extends to
any claim brought by or on behalf of any employee of the Consultant. This waiver is mutually
negotiated by the parties. This paragraph shall not apply to any damage resulting from the
sole negligence of the City, its agents and employees. To the extent any of the damages
referenced by this paragraph were caused by or resulted from the concurrent negligence of the
City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid
and enforceable only to the extent of the negligence of the Consultant, its officers, agents and
employees.
8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this
contract comprehensive general liability insurance, with a minimum coverage of $500,000 per
occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/
aggregate for property damage, and professional liability insurance in the amount of
$1,000,000 per occurrence and annual aggregrate.
Said general liability policy shall name the City of Tukwila as an additional named insured
and shall include a provision prohibiting cancellation of said policy except upon thirty (30)
days prior written notice to the City. Certificates of coverage as required by this section shall
be delivered to the City within fifteen (15) days of execution of this Agreement.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an inde-
pendent contractor with respect to the services provided pursuant to this Agreement. Nothing
in this Agreement shall be considered to create the relationship of employer and employee
between the parties hereto. Neither the Consultant nor any employee of the Consultant shall
be entitled to any benefits accorded City employees by virtue of the services provided under
this Agreement. The City shall not be responsible for withholding or otherwise deducting
federal income tax or social security or for contributing to the state industrial insurance
program, otherwise assuming the duties of an employer with respect to the Consultant, or any
employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that they have 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 they have 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, color, national origin, religion,
creed, age, sex or the presence of any physical or sensory handicap 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 temis 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. Attorneys Fees and Costs. In the event either party shall bring suit against the other to
enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to
recover its costs, including reasonable attorney's fees, incurred in such suit from the losing
party.
16. 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:
Anchor QEA, LLC
Ed Berschinski
1423 Third Avenue
Suite 300
Seattle, WA 98101
17. Integrated Agreement. 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. This Agreement may be
amended only by written instrument signed by both the City and the Consultant.
DATED this day of 20
CITY OF TUKWILA CONSULTANT
By:
Jim Haggerton, Mayor
Printed Name:
Title:
Attest/Authenticated: Approved as to Form:
Christy O'Flaherty, CMC, City Clerk Office of the City Attorney
EXHIBIT_ A
,t.Z ANCHOR
QEA
1423 Third 1 A venue. Suite 300
Seat _le_ rl%a `c ion 98101
Phone 206287.9130
Fax 206.287.9131
May 13, 2009
Mr. Mike Mathia
City of Tukwila, Public Works
6300 Southcenter Blvd., Suite 100
Tukwila, WA 98188 -2544
RE: Proposal for Construction Management Services
2009/2010 Overlay Program
Dear Mike:
We are pleased to have another opportunity to provide Construction Management (CM)
services for the City of Tukwila (City)— specifically for the 2009/2010 Overlay Program. We
have reviewed the bid package and are excited to have the opportunity to present this
proposal for that work.
We understand the work primarily consists of minor pavement repair, pavement grinding,
asphalt pavement overly as well as related concrete approach work, pavement markings, and
utility adjustments at 23 different sites throughout the City.
The contractors will rovide a base bid and also bid on some alternative optional schedules
P P
which the City may award at their discretion. Bid opening is on May 14, 2009, and it is
expected that construction will begin on or about the first week in June. Given the 112
calendar day contract, construction should be complete before the end of September.
Our project team is well known to the City. Ed Berschinski will be the project manager and
Bud Whitaker will serve as the lead inspector.
www.anchorqea.com
Mr. Mike Mathia
May 13, 2009
Page 2
Ed Berschinski has a Master's Degree in Construction Engineering and Management from
the University of Washington and has been providing construction services to municipal
clients for over 30 years. He understands his role will include acting as the formal point of
contact between Anchor QEA and the City, as well as between the City and the contractor.
Ed will provide oversight of Anchor QEA's staff and take personal responsibility for fulfilling
our services to the City. Ed has a long and successful history of providing on -call
construction services to the City on projects as small as $100,000 to over $5 million. His
previous accomplishments with the City include a history of no outstanding contractor
claims and a national project award. He has extensive experience with dozens of overlay,
bridge, sewer, stormwater, and other major underground utility construction projects, pump
stations, and wastewater treatment systems. Ed remains active in the American Public
Works Association (APWA) CM committee (committee co -chair for 2006 through 2008),
and Construction Management Association of America (CMAA). Ed's recent experience
with the City was as project manager for construction of the Interurban Avenue Waterline
project.
Ed has a unique history of successful implementation of overlay programs in the City. Ed
was the CM for the City Annual Overlay Programs in 1990, 1991, 1992, 1993, and 1994. He
also provided CM services for asphalt overlays at several other City street construction
proje and private property including e owners includin the former Xerox building and Southcenter
j
Mall. Ed has also provided CM services for street reconstruction and overlay programs in the
Cities of Federal Way, Auburn, Puyallup, Sumner, Lynnwood, Bellingham, and Marysville,
and for King County, Clark County, and the Oregon Department of Transportation.
Bud Whitaker is a senior inspector with recent project history in the City providing
inspection of the waterline installation on the Interurban Avenue project. Bud understands
inspection requirements of asphalt paving including proper surface preparation, placement
procedures, compaction, and other key checks to help ensure a quality product. Bud's
experience regarding overlay work is primarily in providing CM work on municipal streets
in the Cities of Gig Harbor and University Place. Bud's other municipal construction
experience includes roadway construction, sidewalk construction, and utilities. Bud takes a
proactive but cooperative approach with contractors to protect the City's interest and help
www.anchorgea.com
Mr. Mike iblathia
May 13, 2009
Page 3
ensure they get a quality product. Bud is very computer proficient and maintains excellent
field records.
The inspector has a major role in achieving project success. The inspector is the primary
day -to -day point of contact with the contractor, adjacent property owners, and the public.
The inspector can play a big role in helping the contractor make the project successful. The
inspector has to be sure the contractor is using the right materials, building to the right grade
and alignment, not jeopardizing public safety, meeting quality requirements, and numerous
other responsibilities. The inspector will also properly document the work and track
quantities. Bud knows the City's expectations, he knows the need to keep property owners
informed, he knows the importance of traffic control, and he has experience working on
Interurban Avenue. He also knows to consult with the designer as needed. Bud is a good fit
for this project. He has also reviewed the plans and specifications and is enthusiastic about
the potential to work on this project.
Given the multiple sites and the potential need for additional support, we have made other
technical personnel available to support Bud.
Ralph Heitt will join our team as an additional resource for paving inspection on an as-
needed basis. Ralph has over 40 years of construction inspection and survey experience,
including serving as a consultant inspector under Ed's direction on previous Tukwila overlay
projects. Ralph has recently retired as an inspector for the City of Bothell but has also been a
municipal inspector for the Cities of Lynnwood and Sumner following a long career in
engineering consulting.
In addition to these field personnel resources, Ed will be assisted in the office by Lori Russo.
Lori is a project assistant who is skilled in supporting a number of project management tasks.
Lori manages project records, prepares contractor payment applications, and drafts project
communications. Lori developed and maintained the documentation file for several
construction projects.
We have also anticipated the need to perfoiui materials testing and possibly some survey
services as part of the project. We have allocated a budget for those services but have not
www anchorgea.com
Mr. Mike Vlathia
May 13, 2009
Page 4
selected subconsultants for the work. We want to consult with the City and select the fine
that has provided you the best services and best value in the past. If that firm is available and
can be responsive, we will add them as subconsultants after award.
Attached is a proposed scope of work and cost to perform the 2009/2010 Overlay Program
construction services. We would be happy to review the proposed scope with you and give
you a full understanding of the assumptions used to develop the costs. Based on this scope,
we anticipate a cost of $216,000 to perform the services, which is approximately 12% of the
estimated $1.8 million construction cost. Please let us know of your availability to discuss
and jointly make any adjustments (as needed).
Thank you for this opportunity we look forward to working with you again.
Sincerely,
Ed Berschinski, CCM
Partner/Project Manager
Anchor QEA, LLC
www anchorgea.com
ANCHOR
OEA
City of Tukwila: Construction Management Services
2009/2010 Overlay Program
City Project No. 09 -RWO1
SPECIFIC SCOPE OF WORK CONSTRUCTION MANAGEMENT
SERVICES
The following represents the general scope of services to be performed by Anchor QEA, LLC
(Anchor QEA) during construction of the City of Tukwila (City) 2009/2010 Overlay
Program. The services are divided into different categories of work that represent the
chronology of the activities as well as the types of services provided. This scope is intended
to reasonably address the construction- related services that would normally be anticipated
for a project of this type.
Task 1 Pre Construction Services
Subtask 1.1 Construction Document Review
Scope
Obtain from City and become familiar with plans, specifications, property owner
agreements, and other existing infoiuiation pertinent to performance of the work.
Hold kick -off meeting for Anchor QEA project team.
Subtask 1.2 Pre- Construction Meeting
Scope
Issue invitations and prepare meeting agenda.
Conduct and attend pre construction meeting.
Prepare and distribute pre construction meeting minutes.
Subtask 1.3 Submittal Review
Scope
Log and track contractor submittals (as outlined in specifications).
Review contractor submittals for general compliance with contract requirements.
Submittals include general requirements (i.e., schedule and wage rates) as well as
technical submittals (i.e., shop drawings, catalogue cuts, work plans, test reports, and
certifications). Submittals will be routed as requested for review by City maintenance
staff and/or City /consultant design team.
Subtask 1.4 Conditions Review
Scope
Pre Construction Conditions: Document pre construction conditions, including pre
construction site condition surveys, photographs, and record any visible property
corners.
Task 2 Contract Administration Services
Subtask 2.1 Planning
Scope
Prepare a brief project- specific construction management plan that outlines tasks,
staff responsibilities, procedures and forms, documentation methods, safety
procedures, and communication links.
Subtask 2.2 Records Management
Scope
Documentation: Establish project specific documentation management system for
maintaining project records and tracking multiple party review /approval documents.
Documents include submittals, Requests for Information (RFIs), change orders, test
reports, surveys, meeting minutes, project photographs, and general correspondence.
Liaison: Act as City's representative/liaison for daily coordination/communication to
contractor as well as that from other agencies, other contractors (adjacent projects),
site tenants and other third parties that will have access impacted during the course of
the project, and City Police Dept. regarding traffic control.
Correspondence: Prepare draft response on behalf of City to formal project
construction correspondence requiring responses.
Status Reports: Prepare and transmit monthly invoices and status reports. Status
reports to accompany invoices shall include project progress with respect to critical
timelines, budget status, and identification of any issues that may affect schedule or
budget.
Products
Project documentation system (files)
Tracking logs for correspondence
Draft letters
Status reports
Subtask 2.3 Progress Payments
Scope
Payment: Prepare payment spreadsheet. Review monthly progress payment requests
submitted by the contractor. Provide measurements and verification of progress and
submit monthly application for payment to the City for processing.
Products
Payment spreadsheet with signature page
Task 3 Field Observations/Inspections
Scope
Activities performed by field engineer /technician:
Observation: Observe the technical conduct of the contractor's work for quality
and compliance with design documents, approved submittals, and/or applicable
technical standards. Prepare a daily inspection report and take progress
photographs.
Interpretations: Provide day -to -day interpretation of contract requirements and
respond to contractor's questions including resolution of minor issues.
Testing: Perform or cause to be performed sampling and testing of materials to be
incorporated into the project. Review compaction testing results perfoiined by
testing technician and verify compliance with specifications (for materials testing
by subconsultant, see Task 8). All test acceptances will be performed by City
personnel.
3
Measurements: Perform or cause to be perfauned field measurements and collect
and tally truck tickets to determine material quantities, verify placement limits, or
other measurements to verify pay requests and conformance with project
requirements. (Actual survey, if needed, may be done by subconsultant, see
Task 7).
Field Changes: Facilitate minor field changes to circumvent change orders due to
variations in field or other unanticipated conditions. Coordinate with design
engineer for any changes that may impact project cost or time. (See Task 4).
Communications: Maintain primary day -to -day communications with the
contractor and keep the construction manager and City representative informed
of activities. Receive comment from neighboring property owners and the
general public and provide responses for questions and concerns.
Check for contractor compliance with requirements for traffic control and notice
requirements with City.
Participate in weekly project meetings
Note: For budgeting purposes, this proposal assumes one full-time equivalent
inspector on site for 1 12-calendar day construction contract duration. An average of
one person on site during active contractor working periods means the inspector may
not be on site full -time or if the contractor is working on multiple sites
simultaneously during short durations, two people may be on site at the same time.
Products
Inspection Daily Reports
Field sketches and measurements
Progress photos
Task 4 Construction Engineering /Change Orders
Scope
Respond to questions related to site engineering.
Evaluate contractor proposed revisions or substitutions.
4
Change Orders: Prepare calculations, drawings, cost estimates, and justification for
change orders for approval by the City. This includes coordination with the designer
for input regarding design changes. Negotiate change orders with the contractor and
incorporate into the project. For this cost estimate we have assumed up to five minor
change orders (8 hours per change order).
Task 5 Site Visits/Meetings
Scope
Periodic site visit by construction manager in combination with conducting a weekly
coordination meeting with the contractor. Prepare agenda and minutes of meetings
including tracking of action items.
Task 6 Record Drawings
Scope
Review and verify the final conformed set of drawings provided by the contractor
that includes any field changes and final configuration of facilities.
Task 7 Surveying
Scope
Activities: Although none is anticipated, a budget has been established for a licensed
surveyor to perform any survey verification (if needed) to confirm any
monumentation, questionable property corners, verify grades, or similar services.
The survey work will be done by a City- approved survey subconsultant (as needed).
Products
Survey Reports
Task 8 Materials Testing
Scope
Work on this task will not begin until receipt of City approval of a qualified,
independent subcontractor.
Provide tests of materials for compliance with contract requirements for gradation,
compaction, etc. (as needed only to verify).
Products
Test Reports
Note: Anchor QEA will review test results for compliance with the project
specifications.
EXCLUSIONS
Anchor QEA shall assume no responsibility for proper construction techniques and jobsite
safety. The presence of Anchor QEA personnel at the construction site is for the purpose of
providing the City a greater degree of confidence that the work will generally conform to the
Contract Documents and that the integrity of the design concept as reflected in the Contract
Documents has been implemented and preserved by the construction contractor.
Anchor QEA will endeavor to protect all parties against defects and deficiencies in the work
of the contractor(s) but cannot guarantee the contractor's performance and shall not be
responsible for construction means, methods, techniques, sequences of procedures, or for
safety precautions and programs in connection with the work performed by the construction
contractor or any subcontractors.
ESTIMATED COSTS
A detailed breakdown of labor and cost estimates by task is provided in the accompanying
budget spreadsheet. Note that labor hour breakdowns by subtask are included in the
spreadsheet. However, we have only used the subtask designation to explain the basis for
our budget estimates, and have anticipated that we would track and bill costs at the Task
level, not at the subtask level.
We trust that this proposed scope and cost estimate is sufficient for your needs. If you have
any question regarding this scope, please do not hesitate to contact Ed Berschinski at
eberschinski@anchoraea.com or 206 287 -9130.
6
EXHIBIT
c„ 0 N. (0 O O O O O 0) 0) 0 O 1 O 1 1 0 m 0 N
o 0) 7 0) 4') m f- m r O (0 1' n N O m
7 f- co N 0) 0) 0 O O O 0 N r N (O C] O
2 N N 0) r 7 0-; (M N 7 m (0 co CO C) 7 m
cl cow (O 7 (0 N ..-co r
E 15(7, N
O 0
0
A (00o0 V
N N N (0 t')
L C] O 7
F J n r r
CO CO W 0
O 0 00
L
W a W
U
O
0 Y 1
El Q 0 00000
N F
O
N T
q 1 1 1 1 1 1 1 1 1 1 1. 1 1 1 1 1 1 1 1
u o 1 1
CD 0
O _O W mm 00000
0 n. F-
m d
N
W CO N 7 r 000 7
0) 0 ON 000 N
3 Y co m m O O o 7
W m V O O r 10 O, r
1-
1- f y 0
c M 69 6964 696469 6969-646969 6969.6900M6969 M 69 M
W m 0
'7 0 00 1 1 1. 1.. 1 1 1 1. 1 1
m 0 O 0 O O NI-
CV
121 C N Y N 6 m o o m r
V T W t` 7 0 0 r t0 0 0 0 0)
V m I N
W E9 69 M69. M 6969 69696969 63 6969 M 646469 69 69 69 69 M
m n 0 0) o co 1-..w 1 1 1 0 1 1 1 0 1 1 0 0 0
_Y Y Y CO m 1� 0 0 O N m
(n 0 0 N Y Of N N 7 N
W CO W W N O 7 r N M
H F 1-- 1- m 7 O N o N (0
M 69 M69. 696969 6969696369 6969696969696963 69 64 M
N NM 1 1 (0 O 1 1 1 1 1 CO 1 CO
N (0 m m r r CO (0
C] V CO f- r r CO
Y 1')
N 0 0 0 U') r r
W 0 ri
M M M M 696969 6969 69MM 69.69696969696969 M M M
n N 10 N 1 1 1 0' 0 0 1 1 1 N
(f) m 7 m N N (0
If) 1` 00 CO
Y m m a- CO O 0)
c3 7 0 0 0 CO r 0) N N
I- r N
69 69 MM Mf9691 69 696969 M 69 M 69 M M MM M 69 MI M
10 N N O 1 1 1 (0 0 1 1 1 1 1 0 (0 0 1 1 r
(0 r.--moo N (7 O N (0
Y (0 0) (0 m 0) (0 7 0)
1') 0 0) 0 0 0 (h to- (a 0) 0
a) F- co co
0
d N
T 69 696969 696969 6969696969 69.69.6969 M69.0 69- M 69
W N N ,a1',. 1 0) I 4) 1 1 m
17
rn CO 1� 7 (h CO
j L Q N CO 10
Q O y Y CO O 7 m m N M m
O V 0 Q) CO N 0 0 0 7 O N N
V 17 W H
m
O C -C
N (0 U V U 69 M M M 6.'6469- 69 69 69 63 69 69 6 M M 69 M M M M 69 69
e)
O O -G) 0 0 c 1
O O 0 0) 3) 1 CO m NN 1 1 1 m (0 O 1 0 1 1 c]
(V L 0 m m r CO,- 10 N O r 7
N L N R C 2 0 Y m m m N m
y a F r M M O r m M (O O r T
N c O
Q F E 9 M 69 69 69 69 69 M 69 69 M M M 63 69 M 69 69 69 69 69 M 69 M
2 a o o E Lo Li Z V O 0 "y U W co t� o C') I m o c o
N N m N N m -O 0 (0 r O O
J Q _Q C a C 7 (0 CO (h N r- O r O Q O 69 o O
_FE ri_olloi5,
a F- N CO 7 (0 I 'U V r y a v d y 0 a O.
Z W 0 0 0 0 4 (!3 f N m L W d d CO LL 0 V Y Y
W W W W CO W c C W u) O W` i d U U co W W W L
Z (O E F I O< as W j o O 0 0 2 to
W 2 0) co
O 0 z c o`)�n v o 0000 c v r Qa� o F x E
ma ww,:, 9 F v °a s i y� Q. w y O
Z W O- co a s m p" g 5 2 a a v Qj 0 v a y _i W 1 "0 0 m m 0 c O E o x a w 0 c W Q
0 0 a) E tt "3 H o cu o 0 a O m a O
U co 0. O c Q) W 0 a d W- U
z o 2 c 2 W Q m 0 g t co y R y
Q N d0 02 0 .2 0(L QUC20.O
A7 4. Cit O Tukwila �s-
L.
Q� max
Transportation Committee
290=
TRANSPORTATION COlVEVIITTEE
Meeting Minutes
May 18, 2009 5:00 p.m. Conference Room 1
PRESENT
Councilmembers: De'Sean Quinn, Chair; Dennis Robertson and Verna Griffin
Staff: Jim Morrow, Bob Giberson, Peter Lau, Robin Tischmak, Gail Labanara and Kimberly Matej
CALL TO ORDER: Committee Chair Quinn called the meeting to order at 5:00 p.m.
I. PRESENTATIONS
No presentations.
II. BUSINESS AGENDA
A. 2009/10 Overlay Repair Program Bid Award
Staff is seeking full Council approval to award a bid in the amount of $1,560,638.50 to Lakeside Industries
for the construction of the 2009 /10 Annual Overlay Repair Program. The 2009/10 Program will provide
roadway and overlay repairs to 20 street segments and 4 additive items for a total of 23 street segments, a
gas valve adjustment and a private utility casting adjustment.
As lowest bidder, Lakeside Industries' base bid came in over $500,000 under the engineer's estimate, which
allowed four additive items to be awarded and constructed within budget. The base bid plus the four
additives still comes in approximately $400,000 under budget when totaled for the 2009/10 biennium
construction budgets. This cost savings will be returned to the City's General Fund Budget: 104 Arterial
Streets. Lakeside Industries has successfully worked on past City projects. FORWARD TO MAY 26
COW FOR DISCUSSION.
B. 2009/10 Overlay Repair Program Construction Management Services
Staff is seeking full Council approval to enter into a consultant agreement with Anchor -QEA, LLC in the
amount of $216,085 for assisting with the construction management, inspection and review relative to the
2009/10 Overlay Repair Program. Anchor -QEA has successfully worked on past City projects.
The Committee questioned the viability of managing this project in -house if budget constraints forced cost
cutting in this area. Staff reported that due to other ongoing projects, the respective workforce is not able to
take on additional significant responsibilities without risking attention to project details. Also, the City is
unable to provide in -house material testing experts. UNANIMOUS APPROVAL. FORWARD TO MAY
26 COW FOR DISCUSSION.
C. Six -Year Transportation Improvement Program
Staff is seeking Council adoption, via resolution, of the 2010 -2015 Six -Year Transportation Improvement
Program (TIP). The TIP is a list of regionally significant transportation projects that have grant funding
potential. This list does not commit the City to implement or construct any project.
Staff discussed the annual update to the TIP, as required by the Revised Code of Washington (RCW). This
annual rolling program is generally modified to reflect the City's CIP, as the two are updated at different
times of the year. Differences between the two plans are often based on and reflective of the time between
the adoptions of each document as well as changes in priority and funding availability.
Three changes are noted in the current document; one addition and two deletions: