Loading...
HomeMy WebLinkAboutTrans 2014-07-14 COMPLETE AGENDA PACKETCity of Tukwila Transportation Committee • Allan Ekberg, Chair • Dennis Robertson ❖ Kate Kruller Distribution: A. Ekberg D. Robertson K. Kruller D. Quinn Mayor Haggerton D. Cline L. Humphrey B. Giberson F. Iriarte R. Tischmak G. Labanara P. Brodin S. Kerslake M. Hart Clerk File Copy 2 Extra Place pkt pdf on Z: \TC -UC Agendas e -mail cover to: A. Le, C. O'Flaherty, D. Almberg, B. Saxton, S. Norris, M. Hart, L. Humphrey AGENDA MONDAY, JULY 14, 2014 — 5:15 PM FOSTER CONFERENCE Room — 6300 BUILDING (formerly known as Conference Room #1) Next Scheduled Meeting: Monday, July 28, 2014 15 The 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) Thorndyke Safe Routes to School a) Forward to 7/21/14 Pg. 1 Construction Management Selection and Agreement Consent Agenda b) South 144th St Phase II (42nd Ave S — TIB) b) Forward to 7/21/14 Pg. 13 Design Consultant Selection and Agreement Consent Agenda 3. SCATBd SCATBd June 17, 2014 Meeting Summary b) Information Only Pg. 29 SCATBd July 15, 2014 Meeting Agenda 4. MISCELLANEOUS 5. ANNOUNCEMENTS Future Agendas: • Automated Traffic Enforcement Next Scheduled Meeting: Monday, July 28, 2014 15 The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206- 433 -0179 for assistance. 4 TO: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committee FROM: Bob Giberson, Public Works Director BY: Grant Griffin, Senior Program Manager DATE: July 11, 2014 SUBJECT: Thorndyke Safe Routes to School Project Project No. 91210302, Contract No. 13- 160(b) Supplemental Agreement No. 2 with KPG, Inc. ISSUE Approve Supplemental Agreement No. 2 to consultant Contract No. 13 -160 with KPG, Inc. for construction management (CM) services. BACKGROUND Base Contract No. 13 -060 with KPG provided design services for the Thorndyke Safe Routes to School Project. Council awarded the construction contract to Road Construction Northwest, Inc. on June 23, 2014 for the residential improvements to S 150th St between Tukwila International Blvd and 42nd Ave S. KPG's Supplemental Agreement No. 2 will provide construction management (CM) support during the construction phase. Construction is anticipated to begin in July. ANALYSIS KPG, Inc. was determined to be the most qualified to perform the CM work for this project. KPG offers services that include construction management, construction inspection, transportation, natural resources, and environmental engineering and sciences. BUDGET SUMMARY The cost negotiated with KPG for $136,894.64 is reasonable for the size and scope of the Thorndyke is project. With Supplement No. 2, the total contract amount for design and construction management will be $211,842.45. An in -house Project Inspector has been assigned to work with the Consultant and Project Manager to successfully complete this residential street project. Contracts 2014 Budget Construction Bid Amount $1,136,256.00 $567,000.00 Contingency (10 %) 113,625.60 0.00 Construction Mgmt KPG 136,894.64 55,000.00 City In -house CM Staff 63,105.36 Annual Overlay Program 300,000.00 Interurban Ave S Budget Balance 295,000.00 Annual Small Drainage 270,000.00 Total $1,449,881.60 $1,487,000.00 RECOMMENDATION Council is being asked to approve Supplemental Agreement No. 2 to Contract No. 13 -160 for construction management services with KPG, Inc. in the amount of $136,894.64 for the Thorndyke Safe Routes to School Project and consider this item on the Consent Agenda at the July 21, 2014 Regular Meeting. Attachments: Consultant Selection Sheet Proposed 2015 CIP, page 4 Consultant Agreement W: \PW Eng \ PROJECTS \A- RW & RS Projects \Safe Routes to School - Thorndyke (91210302) \CN Management \Info Memo Thorndyke CN Mgmnt KPG.doc 1 Thorndyke Safe Routes to School (91210302) Construction Management Consultant Selection Matrix (MSRC Statement of Qualifications and Telephone Interviews) Associates 'acific Anchor QEA, LLC 0 c a Y Paving project design and construction experience. 4 4 2 4 Current Knowledge of FHWA, State, and Tukwila Standards and Procedures 4 4 4 5 Environmental Experience 3 3 5 4 Experience with similar federal aid projects in Tukwila 3 5 5 5 Expertise Using Federal Funds 4 4 4 4 Small Scale Projects 4 4 1 5 Experience with WSDOT Project Management Reviews (Phone) 4 5 5 4 TOTALS 26 29 26 31 For each category, highest score is 5 (with the lowest 1) Consultant with the highest score is ranked the best. Staff: Grant Griffin Selection Date: 6/17/14 Selected Consultant: KPG, Inc. Selection Justification: This firm has demonstrated relevant project experience, and they seem to have exceptional familiarity with WSDOT/ FHWA standards, and a solid DBE approach and commitment. Based on overall score KPG prevailed. This scoring was based on information included in the firm's Statement of Qualification included in the MRSC Roster as well a telephone conversation to obtain specific information not generally included online. CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2015 to 2020 PROJECT: Thorndyke Safe Routes to School Project No. 91210302 DESCRIPTION: Construction of roadway improvements and new sidewalk on the north side of S 150th St between Tukwila International Blvd and 42nd Ave S. Also a new crosswalk on S 150th St in front of Thorndyke Elementary. JUSTIFICATION: Enhance safety for students walking and biking to Thorndyke Elementary and encourages alternate transportation choices. STATUS: This route is one of the high priority missing sidewalk areas prioritized as part of Walk and Roll Plan. MAINT. IMPACT: Negligible. COMMENT: WSDOT Safe Routes to School Federal grant for $457K. Surface water on S 150th St is also programmed for $270k (see SDP on page 82). Education, enforcement, and encouragement are included as part of the Safe Routes to School grant requirements and $57k is programmed in 2015. FINANCIAL Through Estimated (in $000's) 2013 2014 2015 2016 2017 2018 2019 2020 BEYOND TOTAL EXPENSES Design 27 49 57 133 Land(R/W) 0 Const . Mgmt. 200 200 Construction 1,250 980 TOTAL EXPENSES 27 1,229 57 0 0 0 0 0 0 1,313 FUND SOURCES Awarded Grant 22 384 51 457 Proposed Grant 0 Surface Water 270 0 Mitigation Expected 0 City Oper. Revenue 5 845 6 0 0 0 0 0 0 856 TOTAL SOURCES 27 1,229 57 0 0 0 0 0 0 1,313 2015 - 2020 Capital Improvement Program 4 3 Vaislikigitan Stole TI/ Deperbitent Transportallon Supplemental Agreement Number 2 Organization and Address KPG, Inc. 753 9th Avenue N Seattle, WA 98109 Phone: Original Agreement Number 13 -160 Project Number 91210302 / SRTS- 1320(003) Execution Date 10/10/2013 Completion Date 12/31/2014 Project Title Thorndyke Elementary Safe Routes to School New Maximum Amount Payable $ 211,842.45 Description of Work Provide construction engineering and documentation support to City project manager and inspector for pre- construction, construction and closeout activities. The Local Agency of City of Tukwila desires to supplement the agreement entered into with KPG, Inc. and executed on 10/10/2013 and identified as Agreement No. 13 -160 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: Provide construction support services in accordance with Fxhihit A -2 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: No rhang in time for rnmpletinn 111 Section V, PAYMENT, shall be amended as follows: Payment shall he in accordance with Exhibit F -2, attached hereto, provided that the total amount of payment to the Conultant for this work not exceed $136.894.64 without written modification to the agreement by the City. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: Nelson Davis Principal By: DOT Form 140 -063 EF Revised 9/2005 Consultant Signature Approving Authority Signature Date 4 EXHIBIT A -2 City of Tukwila Thorndyke Elementary Safe Routes to School SCOPE OF WORK July 8, 2014 Supplement No. 2 Construction Services This work will be to provide construction services for the construction contract to complete the Thorndyke Elementary Safe Routes to School Project (hereinafter called "Project "). These services will include project management, materials testing, and construction documentation during the construction of the project, as detailed below. KPG ( "Consultant ") will provide assistance to the City of Tukwila, Washington ( "City ") staff assigned to the project to provided construction services as described below: I. INTRODUCTION The following scope of services and associated costs are based upon the assumptions outlined below. Assumptions: • The City will provide project management and full time inspection for construction management of the Thorndyke Elementary School Safe Routes to School project. • The Consultant shall support the City project manager and inspector by providing construction engineering services (submittal reviews, RFI's, etc.), preconstruction services, running weekly construction meetings, pay estimate assistance, and setup and review of project files in accordance with LAG Manual requirements for FHWA funded projects. The proposed consultant project team will include a part -time resident engineer (1.5 day /week average), a part -time documentation specialist (1.5 day /week average), design team engineering support during construction activities, necessary sub - consultants to provide services for materials testing, and other supporting tasks as deemed necessary. The level of services is based on project duration of approximately 4 months, or approximately 100 calendar days for construction. • Services will be performed in accordance with the Local Agency Guidelines (LAG) and the WSDOT Construction Manual. Project Objectives The objective and purpose of this Construction Services Agreement is for the Consultant to assist City staff to successfully deliver the construction of the Project by ensuring that all of the required Project documentation is accounted for, and ultimately that the City receives an outstanding review by WSDOT local programs at the end of the Project. Thorndyke SRTS KPG Supp 2 - Construction Services 1 of 7 July 8, 2014 5 EXHIBIT A -2 II. SCOPE OF WORK TASK 1— MANAGEMENT /COORDINATION /ADMINISTRATION Provide overall project management, coordination with the City, monthly progress reports, and invoicing. This effort will include the following elements. • Organize and layout work for project staff. Prepare project instructions on contract administration procedures to be used during construction. • Review monthly expenditures and CM team scope activities. Prepare and submit project progress letters to the City along with invoices describing CM services provided each month. Prepare and submit reporting required by funding source(s), if any. Deliverables • Monthly invoices and progress reports TASK 2 — PRECONSTRUCTION SERVICES 2.1 Prepare the Record of Materials (ROM): The Consultant shall prepare the ROM to aid consultant, City and Contractor staff to track material submittals and testing throughout the project. 2.2 Right of Entry Support: Develop a matrix of property owners that will document commitments to each property owners, property restoration, and other related impacts. Assist the City with any right of entry agreements that have not been previously secured. 2.3 File Setup: Attend meeting with City Project Manager to review standard Consultant and City file systems and develop file structure for management of the project. 2.4 Field Review: Perform plans in hand field review with inspector and project engineer to review the overall scope, identify challenging areas, and identify traffic concerns to be addressed in the Contractors traffic control plans. 2.5 Preconstruction Conference: The Consultant will prepare an agenda for, distribute notices of, and conduct a preconstruction conference in the City's offices. The Consultant's project manager, project engineer, document control specialist, and inspector will attend the preconstruction conference. The Consultant will prepare a written record of the meeting and distribute copies of the minutes to all attendees and affected agencies, staff, etc. At the Pre - construction conference, the Consultant shall facilitate discussions with the Contractor concerning the plans, specifications, schedules, and issues with utilities, unusual conditions, federal, state, and local requirements, EEO, DBE, and any other items that will result in better project understanding among the parties involved. Deliverables • Record of Materials (ROM) • Preconstruction conference agenda with meeting minutes Thorndyke SRTS KPG Supp 2 - Construction Services 2 of 7 July 8, 2014 6 EXHIBIT A -2 TASK 3 — CONSTRUCTION SERVICES A. FIELD SERVICES 3.1 City field inspection staff will perform the following duties as a matter of their daily activities: i. Observe technical conduct of the construction, including providing day -to -day contact with construction contractor, City, utilities, and other stakeholders, and monitor for adherence to the Contract Documents. ii. Observe material, workmanship, and construction areas for compliance with the Contract Documents and applicable codes, and notify construction contractor of noncompliance. iii. Document all material delivered to the job site in accordance with the LAG Manual and WSDOT Construction Manual. iv. Prepare daily inspection reports, recording the construction contractor's operations as actually observed by the Consultant; includes quantities of work placed that day, contractor's equipment and crews, and other pertinent information. All daily inspection reports will adhere to WSDOT Local Agency Guidelines. v. Resolve questions which may arise as to the quality and acceptability of material furnished, work performed, and rate of progress of work performed by the construction contractor. vi. Establish communications with adjacent property owners. Respond to questions from property owners and the general public. vii. Coordinate with permit holders on the Project to monitor compliance with approved permits, if applicable. viii. Prepare field records and documents to help assure the Project is administered in accordance with funding agency requirements (Construction Manual 10- 2.1B). The inspector will provide measurement and payment information to the consultant for development of monthly pay estimates. ix. Collect and calculate delivery tickets and scalesman's daily reports of aggregate. All tickets will be initialed with correct bid item and stationing identified. x. Attend and actively participate in regular on -site meetings. xi. Take periodic digital photographs during the course of construction. xii. Coordinate with the City's maintenance personnel. xiii. Conduct wage rate interviews and DBE interviews in accordance with the LAG Manual. The Consultant shall support the City field inspector as follows: i. Provide periodic site visits to respond to questions or unanticipated conditions. Advise the City of any non - conforming work observed during site visits. ii. Interpret Contract Documents in coordination with City. 3.2 Materials Testing: Provide materials testing sub - consultants for construction services, who will provide materials testing services as required, up to $20,000. The City inspector shall coordinate the work of the materials testing technicians and testing laboratories in the observation and testing of materials used in the construction. The Consultant shall document and evaluate results of Thorndyke SRTS KPG Supp 2 - Construction Services 3 of 7 July 8, 2014 7 EXHIBIT A -2 testing; and address deficiencies. Frequency of testing shall be as prescribed in the WSDOT Construction Manual and LAG manual for the following materials: structural concrete, roadway asphalt, roadway surfacing, roadway base material, and structural grout and any other testing as prescribed within the project Specifications and WSDOT Standard Specifications 2014. Assumptions: It is assumed that day to day coordination of testing services will be by the City inspector. The Consultant shall assist with evaluation of any deficiencies noted. 3.3 Substantial Completion: Upon substantial completion of work, coordinate with the City and other affected agencies, to perform a project inspection and develop a comprehensive list of deficiencies or ` punchlist' of items to be completed. A punchlist and Certificate of Substantial Completion will be prepared by the Consultant and issued by the City. Deliverables • Punch List, Certificate of Substantial Completion • Review test reports for compliance B. OFFICE SERVICES 3.4 Document Control: Original documentation will be housed at the Consultant's office, and filed in accordance with standard filing protocol to meet WSDOT Highways & Local Program Requirements. A copy of working files will be maintained in the field office. Document Control also consists of preparing Final Project Reports for the City for WSDOT and FHWA acceptance and includes: • Final Estimate (Approving Authority File) • Comparison of Preliminary and Final Quantities (Approving Authority File) • Final Records as identified in WSDOT LAG (Approving Authority File) • Record of Material Samples and Tests • Materials Certification • Affidavit of Wages Paid • Release for the Protection of Property Owners and General Contractor • DOT Form 422 -102 EF, Quarterly Report of Amounts Credited as DBE Participation 3.5 Plan Interpretations: Provide technical interpretations of the drawings, specifications, and contract documents, and evaluate requested deviations from the approved design or specifications. Coordinate with City for resolution of issues involving scope, schedule, and /or budget changes. 3.6 Weekly Meetings: Lead weekly meetings, including preparation of agenda, meeting minutes, and distribution of minutes to attendees. Outstanding issues to be tracked on a weekly basis. 3.7 Initial Schedule Review: Perform detailed schedule review of contractor provided CPM for conformance with the contract documents. 3.8 Lump Sum Breakdown: Evaluate construction contractors' Schedule of Values for Lump sum items. Review the Contract Price allocations and verify that such allocations are made in accordance with the requirements of the Contract Documents. Lump Sum Breakdowns for payment each month will be calculated with detailed data per WSDOT LAG Requirements. Thorndyke SRTS KPG Supp 2 - Construction Services 4 of 7 July 8, 2014 8 EXHIBIT A -2 3.9 Monthly Pay Requests: Assist City with monthly requests for payment, review with the City and contractor and approve, as permitted. Utilize City provided format for pay estimates, or Consultant format. The Utilities to provide quantities for payment for work associated with Utility Schedules. 3.10 Certified Payroll: Process and track all certified payroll per WSDOT Highways & Local Program Requirements. This includes verifying 30% of all payrolls submitted and tracking payroll each week. Payroll and payroll logs will adhere to WSDOT LAG requirements. 3.11 Weekly Statement of Working Days: Prepare and issue weekly statement of working day report each week. 3.12 WSDOT & FHWA Reporting: Prepare and track all necessary reports per WSDOT Highways & Local Program Requirements. This will include DBE condition of award tracking throughout the project, DBE Reporting, EEO reporting, and DBE on site reviews. Periodically meet with WSDOT Highways and Local Programs staff as requested to review project status. 3.13 Subcontractor Documentation: Process / approve all required subcontractor documentation per WSDOT Highways & Local Program Requirements. Request to Sublets will be verified and logged. Certification for Federal Aid will be obtained from all subcontractors. This includes checking System Award Management System (SAMS), verifying OM/WBE, verifying business licensing, reviewing insurance documentation, verifying city business licensing, Intent to Pay Prevailing Wage and Affidavit of Wages Paid. All subcontractor documentation will be Logged into WSDOT's subcontractor logs. C. SUBMITTAL/RFI PROCESSING 3.14 Submittals: Coordinate review process for shop drawings, samples, traffic control plans, test reports, and other submittals from the Contractor for compliance with the contract documents. Key submittals to be transmitted to the City for their review and approval. Submittals shall be logged and tracked. 3.15 Request for Information (RFI): Review and respond to RFI's. RFI's shall be logged and tracked. 3.16 Record of Materials (ROM): With assistance from the inspector, utilize and maintain the ROM according to WSDOT Highways & Local Program Requirements. The ROM will track all of the materials delivered to the site including manufacturer /supplier, approved RAM's, QPL items, material compliance documentation, and all other required documentation. Deliverables • Submittal log • RFI Log • Completed Record of Material for Material Certification D. CHANGE MANAGEMENT Thorndyke SRTS KPG Supp 2 - Construction Services 5 of 7 July 8, 2014 9 EXHIBIT A -2 3.17 Change Orders: Develop change orders per Highway & Local Programs Guidelines, provide technical assistance to negotiate change orders, and assist in resolution of disputes which may occur during the course of the project. A total of 40 hours have been included in the cost for services. Each change order will be executed in accordance with WSDOT Local Agency Guidelines and contain the following: • Change order • Independent Cost Estimate • Time Impact Analysis • Contractor's Pricing • Verbal Approval Memo • Change Order Checklist (LAG Manual) • Change Order Request Form • Back up documentation 3.18 Field Work Directives: Prepare field work directives as necessary to keep the contractor on schedule. 3.19 Force Account: The inspector will track contractor force account labor, equipment and materials. Provide payment according to WSDOT requirements. All force account calculations will be verified by the engineer and double checked by the documentation specialist per WSDOT LAG Manual. Deliverables • Change Order(s) • Case Management Log • RFI Log • Minor Change Order(s) • Force Account Records TASK 3 — CLOSEOUT / RECORD DRAWING SERVICES 4.1 Record Drawings: Review record drawings prepared by the Contractor, and prepare a conformed set of project record drawings based on Contractor provided information and from inspection notes. Record drawings to be verified on a monthly basis, as part of the progress payment to the Contractor. Upon project completion, contractor provided markups will be verified for completeness and supplemented with inspection information. The Consultant will prepare record drawings in AutoCAD format based on construction records provided by the Contractor. Electronic and full size mylar record drawings will be provided to the City. 4.2 Audit Oversight: Prepare for and attend post construction audit performed by WSDOT Local Programs and others. 4.3 Punchlist oversight: Attend final walk through review with City staff. Field observation of punchlist items will be by the City. 4.4 Physical Completion Letter: Following completion of all punchlist work, prepare physical completion letter to the contractor and WSDOT, and recommend that City and/or Utilities accept the project. Thorndyke SRTS KPG Supp 2 - Construction Services 6 of 7 July 8, 2014 10 EXHIBIT A -2 4.5 Project Closeout: Transfer all project documents to the City for permanent storage. • Meeting agendas and notes • Monthly Pay Estimates • WSDOT Reporting • Subcontractor Packets • Physical Completion Letter • Final Project Documents ADDITIONAL SERVICES The services described under this task, and any other additional services requested by the City, will be performed only when authorized by the City. Authorization to perform additional services will be in the form of a supplement to this agreement, specifying the work to be performed, and basis of payment. • Field inspection services. • Provide any additional services resulting from changes in scope or design of the project. Changes include, but are not limited to, changes in size, complexity, the schedule, character of construction, or method of financing. • Provide claims analysis and assistance in resolving claims that are protracted in nature and beyond the scope of the change order process described herein. • Media Relations: Produce and distribute periodic press releases at key milestones about the project and its progress. Meet with press to help develop stories about the project. • Other activities deemed necessary by the City. III. TO BE PROVIDED BY CITY: 1. Construction office and access to copy machine. 2. Postage to be provided by the City for any mass mailings. 3. Copies of Rights of Entries and Easements acquired for the Project. Thorndyke SRTS KPG Supp 2 - Construction Services 7 of 7 July 8, 2014 11 Exhibit E -2 Consultant Fee Determination Project Name: Thorndyke Elementary Safe Routes to Supplement 2 - Construction Services Consultant: COST PLUS FIXED FEE KPG Classification Hours Rate Cost Project Manager 76 $ 64.90 $ 4,932 Senior Engineer 44 $ 52.06 $ 2,291 Project Engineer 300 $ 41.65 $ 12,494 Design Engineer 192 $ 36.44 $ 6,996 CAD Technician 48 $ 30.33 $ 1,456 Construction Inspector 0 $ 38.74 $ Survey Crew 0 $ 50.41 $ - Document Specialist 212 $ 37.00 $ 7,844 Office Admin 154 $ 24.91 $ 3,835 Total Direct Salary Cost (DSC) Overhead (145.78% x DSC) Fixed Fee (30% x DSC) REIMBURSABLES 1,026 $39,849 $58,091.38 $11,954.60 Subtotal: $109,894.64 Construction Vehicle (4 months @ $750) Miscellaneous - Mileage, Repro, Field Supplies SUBCONSULTANT COSTS 'Material Testing / Geotechnical Allowance Subtotal: $3,000 $4,000 $7,000 $20,000 Subtotal: $20,000 TOTAL $ 136,894.64 12 TO: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committee FROM: Bob Giberson, Public Works Director BY: Cyndy Knighton, Senior Program Manager DATE: July 11, 2014 SUBJECT: S 144th Street Phase II Project (42nd Ave S to TIB) Project No. 99510402 Consultant Selection and Agreement ISSUE Authorize the Mayor to execute a consultant agreement with KPG in the amount of $297,913.98 to provide engineering design services for the S 144th Street Phase II Project. BACKGROUND In 2003, the City contracted with KPG to prepare a design report for the S 144th Street corridor between Military Road and 42nd Avenue S. Phase I (Military Road to Tukwila International Boulevard) was fully designed and constructed in 2007/2008, but Phase II (42nd Avenue S to Tukwila International Boulevard) was left for future design and construction. Coordination with the Tukwila Village site and funding constraints were the two major reasons for the delay of Phase II. Last year, Tukwila was successful in obtaining a grant for $1 million through the Transportation Improvement Board for the design and construction of Phase II. DISCUSSION In April 2014, consultant interviews were conducted with the three firms who submitted proposals for S 144th St Phase II. The three firms were all highly qualified and the selection team had a difficult choice, but ultimately selected KPG for the project. Firm Score Rank KPG 1876 1 Blueline 1857 2 CH2MHill 1813 3 FINANCIAL IMPACT The Transportation Improvement Board grant includes design, right -of -way, and construction with a 58% match ratio. Design work will be reimbursable for $172,790.11 with the City's responsibility of $125,123.87 funded by traffic impact fees collected to date. The 2014 design budget for the S 144th St Phase II Project is $418,000.00. RECOMMENDATION Council is being asked to approve the consultant agreement with KPG, Inc. for design services for the S 144th St Phase II Project in the amount of $297,913.98 and consider this item on the Consent Agenda at the July 21, 2014 Regular Meeting. Attachments: 2014 CIP, page 19 Consultant Agreement 13 W: \PW Eng \ PROJECTS \A- RW & RS Projects \S 144th St Phase II (42 Ave S to TIB) (99510402)\ INFORMATION MEMO - Consultant Selection.docx PROJECT: DESCRIPTION: JUSTIFICATION: STATUS: MAINT. IMPACT: COMMENT: CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 S 144 St Phase II (42 Ave S - Tukwila Intl Blvd) * Project No. 99510402 Zone 3 Construct curb, gutter, sidewalk, bike lanes, pavement restoration, illumination, drainage and utility undergrounding from Tukwila Intl Blvd to 42nd Ave S. Also add a signal at 42nd Ave S. Provide pedestrian and vehicle safety, drainage and neighborhood revitalization. Phase I - Tukwila Int'I Blvd to Military Rd, project completed in 2007 for $3.1 million with $1 million in grants. Phase II - 42 Ave S to Tukwila International Blvd. Reduce pavement, drainage repairs, and maintenance costs. Proposed Transportation Improvement Board's Arterial Improvement Program (AIP) grant of $1 million. Project is on Impact Fee list. Design and construction related to the Tukwila Village project. FINANCIAL in $000's)_ Through Estimated 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL EXPENSES Design 418 418 Land(R/W) 40 40 Const. Mgmt. 180 180 Construction 1,300 1,300 TOTAL EXPENSES 0 0 458 1,480 0 0 0 0 0 1,938 FUND SOURCES Awarded Grant 0 Proposed Grant 1,000 1,000 Proposed Mitigation 458 480 938 Traffic Impact Fees 112 17 129 City Oper. Revenue (112) (17) 0 0 0 0 0 0 0 (129) TOTAL SOURCES 0 0 458 1,480 0 0 0 0 0 1,938 i4 1 Project Location rak r0r4 1 r, kti101WWWOII11111111,11040%v,14m111INININfN1NIVN i11111'VItlfV1'V1111111PIt'fIMNI01, 2014 - 2019 Capital Improvement Program 19 14 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: CONSULTANT AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and KPG, Inc., hereinafter referred to as "the Consultant ", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform engineering services in connection with the project titled `S 144th Street Phase II (42nd Avenue S to Tukwila International Boulevard)'. 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 May 31, 2015, 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 May 31, 2015 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 $297,913.98 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. 15 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. 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. 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. CA revised : 1 -2013 Page 2 16 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. 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 Page 3 17 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. CA revised : 1 -2013 Page 4 18 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 9`h Avenue North Seattle, WA 98109 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 CITY OF TUKWILA day of , 2014. Mayor, Jim Haggerton CONSULTANT y: Name:Nelson Davis, KPG Title: Principal Attest/Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney CA revised : 1 -2013 Page 5 19 EXHIBIT A City of Tukwila S 144th Street Phase II Project 42nd Avenue S to Tukwila International Boulevard KPG Scope of Work June 20, 2014 PURPOSE: This project includes preparation of final Plans, Specifications and Estimates for the South 144th Street Phase II Project. Project elements includes minor widening; curb, gutter, and sidewalk; bike lanes; pavement restoration;, illumination; drainage; franchise utility adjustments; new traffic signal at 42nd Avenue S; new mid -block rapid flash beacon pedestrian signal; on- street parking; urban design features; and landscape restoration. Work includes necessary base mapping, design, State Environmental Protection Agency (SEPA) documentation, Cultural Resources, and franchise utility coordination. Work will be completed in close coordination with the City and Tukwila Village development. SCOPE OF WORK: Task 1 Project Management /Coordination /Administration. 1.1 Provide project management administrative services including: ♦ Project set -up and execute agreement ♦ Execution of subconsultant agreements ♦ Preparation of monthly progress reports and invoices ♦ Record keeping and project closeout 1.2 Provide overall project management including: ♦ Project staff management and coordination ♦ Subconsultant management and coordination ♦ Prepare and update project schedule ♦ Schedule and budget monitoring 1.3 Coordinate with City staff, including preparation and attendance of up to 8 coordination meetings throughout the duration of the project. Level of effort for this task is based on an average of 2 Consultant staff at each of the following meetings: ♦ One formal kickoff meeting at project start ♦ Monthly meetings at the City throughout the project duration (estimate 7). 1.4 Provide QA / QC reviews by senior staff of all major deliverables prior to submittal to City of Tukwila Page 1 of 6 KPG S 144th Street Phase II Project 6/20/2014 20 the City. Deliverables • Project Schedule and necessary updates • Monthly progress reports and invoicing • Meeting agendas and minutes including a summary of decisions made / needed resulting from design coordination meetings. Task 2 Survey and Base Mapping. Limits of survey: S 144th Street (Approximately 80 feet wide) from the west side of Tukwila International Boulevard to 300 feet east of 42nd Avenue S and 100 feet north and south of S 144th Street along 42nd Avenue S. 2.1 Establish horizontal and vertical control points along the corridor for field topographic survey. Basis of control will be City of Tukwila Datum. The CONSULTANT will locate, field survey, and calculate positions for all monuments and control points throughout the project limits, using the Washington State plane coordinate system. Conventional or GPS surveying methods will be used on this project. Monuments or corners to be located and field surveyed include the following: • Section Corners • Side street monuments • Property Corners 2.2 Field Survey and Note Reduction. Perform note reduction of the field survey data. 2.3 Mapping work to prepare 1 " =20' topographic base map and digital terrain model (DTM) in AutoCAD format of the project within the limits described above. 2.4 The Consultant will retain the services of a firm to field locate and paint all utility locations within the project corridor so that they can be surveyed and incorporated into the base maps. Service line locations and gravity storm and sewer will not be field located. Perform field survey to locate paint marks including surface features (valves, manholes, catch basins, junction boxes, vaults, etc). Irrigation systems will not be included. 2.5 Perform observation and measure -downs of existing storm drain catch basins and manholes. The approximate size, type (brick, concrete), and general condition of the structures to confirm suitability for continued use, and approximate size and location of storm drainage pipes will be documented. These observations will be made from the surface. 2.6 The Consultant shall survey the utility potholes performed by utility owners. Deliverables City of Tukwila Page 2 of 6 KPG S 144th Street Phase II Project Exhibit A 6/20/2014 21 ♦ Electronic copies of the completed field topographic base map in PDF and AutoCAD. Task 3 Public Outreach 3.1 Prepare for and attend up to two (2) coordination meetings with major stakeholders. These meetings may include representatives from the City of Tukwila, King County Library, Foster High School and /or franchise utility owners that may be impacted as appropriate. 3.2 Prepare for and attend up to six (6) coordination meetings with the City of Tukwila and Tukwila Village. 3.3 Provide ongoing coordination with Tukwila Village's engineer to communicate any changes in the Tukwila Village site development or City improvements as the design is finalized. 3.4 Prepare up to two (2) project articles and associated graphics appropriate for inclusion in the Tukwila Reporter and /or Hazelnut publications, the City's website, and flyers for nearby property owners and businesses. They City will be responsible for mailing the flyers and providing the information to the media outlets. Deliverables ♦ Camera -ready project articles in electronic formatCoordination meeting graphics and agendas ♦ Summary Notes from coordination meetings and ongoing developer coordination. Task 4 Traffic Analysis . 4.1 The Consultant shall obtain traffic counts and peak hour turn movements at the intersection of South 144th Street and 42nd Avenue S. 4.2 The Consultant shall prepare a warrant analysis for the intersection of South 144th Street and 42nd Avenue S. Traffic volumes will be based on existing counts and future growth projections provided by the City. 4.3 The Consultant shall develop up to 3 alternative geometric layouts for the South 144th Street / 42nd Avenue S intersection. The layouts shall include ROW information, horizontal alignments, curbs, sidewalks, channelization and signal equipment, including phasing. The layouts shall be supported by the traffic analysis using Synchro modeling program and the Consultant shall prepare a technical memorandum to document the traffic analysis and its results. A relative cost estimate for each of the alternatives will be provided. The Consultant shall coordinate the results, layouts, and recommendations in collaboration with the City. The preferred alternative as selected by the City will be incorporated into the final City of Tukwila S 144th Street Phase II Project Page 3 of 6 Exhibit A KPG 6/20/2014 22 design. Deliverables: ♦ Draft and Final Warrant Analysis (1 hard copy, 1 electronic copy in PDF format) ♦ Draft and Final Technical Memorandum for intersection configuration (1 hard copy, 1 electronic copy in PDF format) Task 5 Geotechnical Report 5.1 The Consultant shall coordinate geotechnical review of the corridor. Geotechnical studies will be performed by GeoDesign under subcontract to the Consultant and will consist of reviewing existing geotechnical information and performing one additional boring at the intersection of S 144th Street and 42nd Avenue S. A brief letter report will be prepared to provide recommendations for pole foundations and /or retaining wall parameters at the intersection to supplement existing information prepared by Tukwila Village. Deliverables ♦ Draft and Final Geotechnical letter report Task 6 Final Plans, Specifications and Estimates The Consultant shall prepare Final Plans, Specifications and Estimates for advertisement and award by the City. The Bid Documents will incorporate design work completed by Tukwila Village and provided to the Consultant in AutoCAD format by the City. Plans shall be formatted to provide sufficient detail for convenient field layout of all proposed facilities. City standard details and WSDOT standard plans will be supplemented with project specific details as required. Final bid documents will be signed by a licensed professional engineer in the State of Washington. 6.1 Compile and review existing design information from Tukwila Village and provide a preliminary scroll map showing plan view improvements for the entire project limits. The scroll map will include the design work completed by Tukwila Village as well as the additional work desired by the City. The scroll map will be used for alternative evaluation / discussion with stakeholders and development of the preferred alternative for final design. 6.2 Document the existing storm water facilities within the limits of the project and document applicable stormwater regulations, standards, hydrology and hydraulic design criteria. Document approach to detention and treatment in a brief memorandum for City review and approval. 6.3 Analyze illumination to provide levels consistent with the current City illumination standards. Prepare a preliminary layout of the street illumination system and include supporting calculations in a brief technical memorandum. City of Tukwila S 144th Street Phase II Project Page 4 of 6 Exhibit A KPG 6/20/2014 23 6.4 The Consultant shall prepare 30% Plans and Estimate for City 6.5 The Consultant shall incorporate City comments and Specifications, and Estimate for City review and comment. based on WSDOT /APWA and City Standards. review and comment. prepare 90% Plans, Specifications will be 6.6 The Consultant shall distribute 30% and 90% to utility providers along the corridor for verification of their facilities and identification of any necessary upgrades, relocations, or repairs. A conflict / pothole request map will be provided to the franchise utilities with each distribution. Franchise utility designs provided by the utilities will be included in the contract documents as appropriate. 6.7 The Consultant shall incorporate comments and finalize bid documents. Bid documents will be uploaded to bxwa.com for advertisement by the CityThe Consultant shall provide bid period services to include responses to bidder inquiries, preparation of addenda, attendance at bid opening, preparation of bid tabulation, and recommendation to award or reject the apparent low bidder. The budget assumes a straight forward review process with the low bidder receiving the contract award. Deliverables ♦ 30% Plans (1/2 size) & estimate, 5 bound, 1 unbound copy, 1 electronic file in PDF format ♦ 90% Plans (1/2 size), specifications & estimate, 5 bound, 1 unbound copy, 1 electronic file in PDF format ♦ Final Bid Documents, 5 bound copies with 1/2 size Plans, 1 electronic file in PDF format. Task 7 Environmental. 7.1 Cultural Resources Investigation. The Consultant will conduct the required cultural resources assessment in compliance with Washington State EO05 -05. 7.2 SEPA Checklist:The Consultant will prepare a SEPA checklist for the project improvements for based on the reviewed 30% Plans. Deliverables: ♦ An electronic copy of the draft Cultural Resources report in Adobe PDF. ♦ An electronic copy in Adobe PDF and three (3) paper copies of the final Cultural Resources report.. ♦ SEPA submittal copies as required. City of Tukwila Page 5 of 6 S 144th Street Phase II Project Exhibit A KPG 6/20/2014 24 Task 8 Right of Way Calculations Perform the following work items necessary to establish the existing right -of -way (ROW) along the corridor based on publicly available information. Title research is not anticipated or included in the project budget. 8.1 Research Records. Determine which existing corners and monuments should be field located and surveyed. 8.2 Calculations for ROW lines. Using the research information and the survey work described above, calculate location and surveyed corners, roadway features and monuments. 8.3 Incorporate existing right of way into project base map. No additional right of way or easements are anticipated. Preparation of legal descriptions or acquisition services is not included in this scope of work. Deliverables: ♦ Right of way information will be incorporated into the project base maps. Additional Services The City may require additional services of the Consultant in order to advance all or portions of the project corridor through final design and construction. This work may include items identified in the current task authorizations as well other items, which may include, but are not necessarily limited to the following: Obtaining title reports and providing final right of way calculations Preparation of right of way / easement legal descriptions and exhibits Providing property appraisals and negotiations Providing additional permitting or environmental studies Providing construction services These services will be authorized under a future contract supplement if necessary. At the time these services are required, the Consultant shall provide a detailed scope of work and an estimate of costs. The Consultant shall not proceed with the work until the City has authorized the work and issued a notice to proceed. City of Tukwila S 144th Street Phase II Project Page 6 of 6 KPG Exhibit A 6/"20/ 2014 25 HOUR AND FEE ESTIMATE Project: City of Tukwila S 144th Street Phase II 42nd Avenue S to Tukwila International Boulevard EXHIBIT B P • Architecture • Landscape Anchnecturc • Civil Engencermg • *Labor our Estimate Project Manager $ 179.26 Senior Engineer $ 143.68 p . - Engineer $ 115.36 Urbari Igner $ 125.96 Design Eng /LA $ 9944 Technician $ 86.18 Survey Cre't,v $ 139.96 Senior $ 112:TO • e Admin Total Budget Blidget Task1 - Management /coordination/administration 1.1 Project administration , 8 : 0 1.2 Project management and coordination (7 months) i 24 ' 12 1.3 City staff design coordination meetings ' 16 ' 8 1.4 QA/QC reviews 8 8 0 0 0 12 0 0 8 16 0 0 0 0 0 Mileage Reproduction Task Totals Task 2 - Survey and Mapping 2.1 Establish alignment control 2.2 Field survey and note reduction 2.3 Prepare base maps and DTM 2.4 Coordinate utility locate services 2.5 Storm measuredowns 2.6 Pick up utility pothole information Utility locate service Mileage Reproduction 3,677.42 7,817.71 8,843.05 2,879.70 0 2 8 0 0 0 10 0 0 0 4 8 0 0 0 40 0 0 0 2 12 0 40 0 0 0 0 0 0 2 0 4 0 4 0 0 0 0 0 0 4 0 8 0 0 0 0 0 0 2 0 8 0 0 Task Totals 0 30 0 50 0 70 0 0 $ 2,609.62 7,095.53 5,649.06 1,188.31 1,517.43 1,318.55 2,000.00 $- $ 100.00 21,478.49 Task 3 - Public Outreach 3.1 Stakeholder coordination meetings Developer coordination meetings 3.2 3.3 3.4 10 10 0 0 0 8 0 0 8 16 8 16 8 0 16 0 0 8 Ongoing coordination with developer Engineer Project articles Mileage Reproduction Task Total 16 16 60 16 0 16 0 0 8 4 0 4 0 4 0 0 0 4 46 34 80 24 4 40 0 0 28 $ 4,511.82 8,843.05 16,075.14 1,873.22 200.00 400.00 31,903.23 Task 4 - Traffic Analysis 4.1 Obtain traffic count data 4.2 Prepare warrant analysis 4.3 0 0 4 0 0 0 0 0 2 Intersection configuration tech memo Traffic counts Mileage Reproduction Task Total 0 4 16 4 8 12 0 0 8 40 8 16 0 0 0 0 8 8 4 12 32 0 48 24 0 0 18 $ 609.93 4,499.02 9,200.47 1,600.00 50.00 100.00 16,059.42 6/20/2014 HOUR AND FEE ESTIMATE Project: City of Tukwila S 144th Street Phase II 42nd Avenue S to Tukwila International Boulevard EXHIBIT B P • Archnecturc • Landscape An-einem:turn • Civil Enganeermg • Task *Labor our Estimate Project Martager $ 179.26 Senior Engineer $ 143.58 Prc)ject Ertgineer $ 115.36 Urban Designer $ 125.96 Desigri Erej / LA $ 99.44 Technidan $ 86.18 Survey Crew $ 139.96 Serilor Adritin $ 112.70 Office Adrrlir‘i $ 74.25 Total Budget udg Task 5- Geotechnical Report 5.1 Coordinate Geotechnical Report 2 0 4 0 0 0 0 0 2 $ 968.45 Geo Design 2 4 8 0 0 8 0 0 4 $ 9,000.00 Mileage $ - Reproduction $ - Task Total 2 0 4 0 0 0 1 0 0 2 $ 9,968.45 Task 6 - Final Plans, Specifications, and Estimates 6.1 Compile existing data and develop scroll map 6.2 Document stormwater approach 6.3 Analyze and layout illumination system 6.4 Prepare 30% Plans and Estimate 6.5 Prepare 90% P,S and E 6.6 Franchise Utility Coordination 6.7 Finalize Bid Documents 6.8 Bid Period Services Mileage Reproduction 4 0 16 24 8 16 4 8 8 8 24 40 8 16 8 24 40 24 60 100 24 40 8 24 0 0 60 60 0 32 4 40 0 0 120 160 0 40 10 40 24 16 120 160 24 60 16 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 8 0 4 4 4 24 8 8 8 $ 15,799.14 8,845.37 5,593.15 43,364.55 60,620.08 8,013.65 24,454.44 7,161.25 500.00 2,500.00 Task Total 80 120 320 180 370 460 0 16 60 176,851.65 Task 7 - Environmental 7.1 Cultural Resources Investigation 2 2 0 0 0 2 0 0 2 $ 966.54 7.2 Prepare SEPA checklist 2 4 8 0 0 8 0 0 4 $ 2,842.15 Widener and Associates $ 10,000.00 Mileage $ - Reproduction $ 50.00 Task Total 4 6 8 0 0 10 0 0 6 $ 13,858.69 6/20/2014 HOUR AND FEE ESTIMATE Project: City of Tukwila S 144th Street Phase II 42nd Avenue S to Tukwila International Boulevard EXHIBIT B IPG • Architecture • Landscape Architecture • Civil Engineering • Task Task 8 - Right of Way Calculations *Labor Hour Estimate Total Budgat Project Senior Project Urban Design = Survey Senior Office Manager Engineer Engineer Designer Eng / LA = Technician Crew I Admin = Admin $ 179.26 $ 143.58 $ 115.36 $ 125.96 $ 99.44 $ 86.18 1 $ 139.96 $ 112.70 $ 74.25 8.1 Research records 0 2 4 0 0 0 8 0 4 $ 2,165.26 8.2 Calculations for ROW lines 0 2 8 0 0 0 0 0 0 $ 1,210.03 8.3 Incorporate existing ROW into base map 0 0 4 0 0 8 0 0 0 $ 1,150.89 Mileage $ - Reproduction $ 50.00 Task Total 0 4 16 0 0 8 8 0 4 $ 4,576.18 * Hourly rates am based on the fofiowing: Direct Salary Costs Overhead Rate Fixed Fee Total Estimated Fee: $ 297,913.98 $ 65.00 $ 5206 $ 41,83 $ 4567 $ 36.06 ! $ 31,25 $ 50. 75 $ 40.87 $ 26.92 6/20/2014 145.78% 30% Totals 98,398.72 143,445.65 29,519.62 Attachment A SOUTH COUNTY AREA TRANSPORTATION BOARD (SCATBd) June 17, 2014 MEETING SUMMARY Members Councilmember Marcie Palmer (Chair) Councilmember Bill Peloza (Vice- Chair) Councilmember Carol Benson Councilmember Dana Ralph Councilmember Wayne Snoey Councilmember Mike Sando Deputy Mayor Jeannie Burbidge Chris Arkills Councilmember Linda Johnson Councilmember Stacia Jenkins Mayor Dave Hill Councilmember Barry Ladenburg Chelsea Levy Stacy Trussler Charlie Howard Commissioner Don Meyer Peter Stackpole City of Renton City of Auburn City of Black Diamond City of Kent City of Covington City of Enumclaw City of Federal Way King County (Alternate) City of Maple Valley City of Normandy Park City of Algona City of SeaTac Sound Transit WSDOT PSRC (Alternate) Port of Tacoma Pierce Transit I. Open Meeting After opening comments and introductions the Board adopted the meeting summary of their May 20, 2014 meeting. II. Reports, Communications and Citizens Requests to Comment Vic -Chair Bill Peloza reported that the SCATBd oil trail letter was sent to Governor Inslee, and the Metro letter is being drafted and would be sent out soon. Councilmember Wayne Snoey proposed a meeting with Senator Bain and Representative Sullivan to discuss SCATBd concerns about the oil train issue and stall in transportation package. Councilmember Dana Ralph said the Kent Transportation Committee passed a resolution about Kent's concerns about oil train traffic. Councilmember Barry Ladenburg said that SeaTac was also discussing oil train issues at their council meetings. Chair Marci Palmer said Renton City Council also discussed the oil train issue. Chair Palmer noted that Renton has an ethanol storage facility and Renton's Fire Department does not have enough foam on hand to handle an emergency situation. Will Knedlik thanked the SCATBd for their sending a letter to King County Executive Constantine regarding the proposed Metro Transit service cuts and its impacts on South King County residents. Mr. Knedlik also said that he would be asking the State Auditor to conduct a performance audit on Metro Transit and urged SCATBd to support the this audit. 29 III. SR 167 HOT Lane Briefing: Craig Stone, WSDOT Craig Stone, Assistant Secretary, Toll Division briefed SCATBd on WSDOT's SR 167 HOT Lanes Continuous Access Demonstration Project. There are 10 access points to the HOT lanes and the lanes are separated from general purpose lanes by double white line, which is illegal to cross. Mr. Stone said the HOT lanes are meeting their intended goals; HOT lane average speeds are over 45 mph, general purpose lane speeds are up by 20 %, average collision rates are down, and the HOT lanes are generating revenues since 2011. A 2011 University of Washington study showed that drivers are crossing the double white lines to get into the HOT lane and that access points to the HOT lanes are not conveniently located near the freeway exits. With funding from a $520,000 grant WSDOT will restripe the HOT lane corridor with a single white line and will allow drivers to cross the single white line to enter and exit the HOT lane system. WSDOT will keep the double white striping in key areas to prevent heavy weaving and at the ends of the system in each direction to ensure HOT lane drivers get the benefit of the HOT lane system. The grant includes funds for public information and outreach and an evaluation of how the new access striping is working. IV. Transportation Futures: Charlie Howard, PSRC Charlie Howard, PSRC Director of Integrated Planning, reported on the PSRC's Transportation Future's Study. The study will be a comprehensive overview of national trends in transportation system operations, construction, and finance, and include alternatives to support the needs of our region. The study will review: • The nature and pace of changing technology and other major influences on the region's transportation system. • The system and user impacts of recently tolled projects and evaluate the regional impacts of other toll projects the state is considering. • Public perceptions about current state practices and of funding concepts. • Whether toll revenues will match regional needs for sustainability and operational efficiency. A PSRC consultant will provide technical assistance and facilitate a task force of regional and state elected leaders and civic leaders representing diverse interests. A report with recommendations is expected by the end of 2015 to inform the 2016 Legislature and the 2018 update of Transportation 2040. V. PSRC Regional Centers Monitoring Report: Liz Underwood - Bultmann, PSRC Ms. Underwood - Bultmann briefed the Board on the PSRC's Regional Growth Centers (RGC) Monitoring Report, she said the report provided updated information on the Centers' performance in accommodating growth, their physical and social characteristics, evaluation of planning, and research of peer regions. The report is the second phase of the Centers Project, which began with an update to the centers designation procedures and will be followed by implementation of the report recommendations. Since 2000, RGC population has grown 22% (compared to 13% region- wide), there is strong housing growth in Metropolitan City centers, a slight drop in regional share of employment (remains around 40 %, all centers combined), and there is more of a balanced mix of jobs and housing in regional growth centers. 2 30 The monitoring report showed that there is growing population/housing in the RGCs and a stable Manufacturing and Industrial Centers population. Recent recessions have affected employment totals in regional centers, but centers continue to represent a large share of regional employment. Centers are more racially and ethnically diverse than region as a whole Mix of activity shifting towards more jobs/housing balance in regional growth centers. VI. Sound Transit Long Range Plan Update: Chelsea Levy, Sound Transit Ms. Levy reported that Sound Transit is updating their Long -Range Plan (LRP) for regional transit. The LRP is the vision for how the system should grow over many decades after current voter - approved projects are complete in 2023. Last fall, as the Sound Transit Board kicked off the process to update the LRP, and Sound Transit developed a Draft Supplemental Environmental Impact Statement that is available for review and comment through July 28, 2014. South King County potential long range plan modifications include Regional Express Bus extensions from Renton to downtown Seattle and Eastgate, Tacoma to Bellevue, Kent to SeaTac, and Puyallup to the Rainier Valley. Potential plan modifications also include light rail extensions from downtown Seattle to West Seattle /Burien, Puyallup /Sumner to Renton via SR 167, and high capacity transit extensions from Tukwila Sounder station to downtown Seattle via SeaTac Airport, Burien, and West Seattle. Next Steps include: • June 13 - July 28: Draft SEIS public comment period • June 26: Board briefing • July 8- 17: Open house /public hearings • July 31, 2014: Board workshop • August - November 2014: Complete Final SEIS • December 2014: Board considers changes to Long -Range Plan and possible adoption by resolution • 2015: Full stop after LRP updated, Board considers whether to begin System Plan development Other Attendees: Will Knedlik, East Transit Riders United Craig Stone, WSDOT Monica Whitman, Kent Tamie Deady, Black Diamond Andrew Merges, Des Moines Ed Conyers, WSDOT Lyset Cadena, SCA Kathy Leotta, Sound Transit Karen Waterman, Sound Transit Liz Underwood - Bultmann, PSRC Jim Seitz, Renton Maiya Andrews, Burien Tom Gut, SeaTac Rick Perez, Federal Way 31 SOUTH COUNTY AREA TRANSPORTATION BOARD (SCATBd) MEETING Tuesday, July 15, 2014 9:00 11:00 a.m. SeaTac City Hall 4800 South 188th Street SeaTac Agenda 1. Open Meeting • Introductions • Approve summary of June 17, 2014 SCATBd Meeting (Attachment A) Action 9:00 a.m. 2 Reports, Communications and Citizen Requests to Comment • Chair or Vice Chair • Participant Updates from RTC and Other Regional Committees • Sen. Fain/Rep. Sullivan Meeting Update • Public Comment Reports and Discussion 9:05 a.m. 3. Washington State Freight Plan Briefing Barb Ivanov Report and Discussion 9:30 a.m. 4. WSDOT Strategic Plan (2014 -2017) Update Lorena Eng Report and Discussion 10:00 a.m. 5. Federal Way Link Extension - Cathal Ridge, Sound Transit Report and Discussion 10:30 a.m. 6. • August Treats — Federal Way • For the Good of the Order • Adjourn 32