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