Loading...
HomeMy WebLinkAboutReg 2014-10-06 COMPLETE AGENDA PACKETMonday, L Op y Tukwila City Council Agenda • REGULAR MEETING • 2 Jim Haggerton, Mayor Counci/members: + Joe Duffie + Dennis Robertson David Cline, CityAdministrator + Allan Ekberg + Verna Seal De'Sean Quinn, Counci/President + Kathy Hougardy + Kate Kruller October EXECUTIVE SESSION — 6:30 PM — 7:00 PM Potential Property Sale — Pursuant to RCW 42.30.110(1)(c) (30 minutes) 4 LOCATION: Hazelnut Conference Room (CR #3) 6, 2014; 7:00 PM • Ord #2450 • Res #1843 1. CALL TO ORDER / PLEDGE OF ALLEGIANCE / ROLL CALL 2. SPECIAL PRESENTATIONS a. Introduction and swearing in of Police Officer Josh Hinson. b. Mayor Haggerton's 2015 -2016 Budget Message. 3. CITIZEN COMMENT At this time, you are invited to comment on items not included on this agenda (p /ease limit your comments to five minutes per citizen). To comment on an item listed on this agenda, please save your comments until the issue is presented for discussion. 4. CONSENT AGENDA a. Approval of Minutes: 9/15/14 (RegularMtg.); 9/22/14 (Specia/Mtg.) b. Approval of Vouchers. c. Authorize the Mayor to sign a contract on behalf of Seattle Southside Visitor Services with Miller Schmer, Inc., dba Seattle Express, for shuttle services in an amount not to exceed $120,000. (Paid from lodging taxes from " SeaTac Only account" that is funded 100% by the City of SeaTac.) (Reviewed and forwarded to Consent by Finance and Safety Committee on 9/16/14.) d. Authorize the Mayor to sign a contract with KPG, Inc., for design services relating to the 2015 Overlay and Repair Program in the amount of $136,727.28. (Reviewed and forwarded to Consent by Transportation Committee on 9/22/14.) e. Authorize the Mayor to sign Supplement No. 2 to contract #14 -019 with David Evans Associates, Inc., for engineering services for the Bridge Funding Assistance Services Project in the amount of $26,209.63. (Total contract amount with this supplement is $64,403.83.) (Reviewed and forwarded to Consent by Transportation Committee on 9/22/14.) Pg.1 Pg.13 Pg.39 5. UNFINISHED BUSINESS Distribution of proposed 2015 -2016 budget by the Finance Director. 6. NEW BUSINESS (continued...) REGULAR MEETING Monday, October 6, 2014 Page 2 7. REPORTS a. Mayor b. City Council c. Staff - City Administrator Report d. City Attorney e. Intergovernmental Pg.69 8. MISCELLANEOUS 9. EXECUTIVE SESSION 10. ADJOURNMENT Tukwila City Hall is wheelchair accessible. Reasonable accommodations are available at public hearings with advance notice to the City Clerk's Office (206- 433 -1800 or TukwilaCityClerk @TukwilaWA.gov). This notice is available at www,tukwilawa,gov, and in alternate formats with advance notice for those with disabilities. Tukwila Council meetings are audio /video taped. HOW TO TESTIFY If you would like to address the Council, please go to the podium and state your name and address clearly for the record. Please observe the basic rules of courtesy when speaking and limit your comments to five minutes. The Council appreciates hearing from citizens but may not be able to take immediate action on comments received until they are referred to a Committee or discussed under New Business. COUNCIL MEETINGS No Council meetings are scheduled on the 5th Monday of the month unless prior public notification is given. Regular Meetings - The Mayor, elected by the people to a four -year term, presides at all Regular Council Meetings held on the 1st and 3rd Mondays of each month at 7:00 p.m. Official Council action in the form of formal motions, adopting of resolutions and passing of ordinances can only be taken at Regular Council meetings. Committee of the Whole Meetings - Council members are elected for a four -year term. The Council President is elected by the Council members to preside at all Committee of the Whole meetings for a one -year term. Committee of the Whole meetings are held the 2nd and 4th Mondays at 7:00 p.m. Issues discussed are forwarded to the Regular Council meeting for official action. GENERAL INFORMATION At each Council meeting citizens are given the opportunity to address the Council on items that are not included on the agenda during CITIZENS COMMENTS. Please limit your comments to 5 minutes. Special Meetings may be called at any time with proper public notice. Procedures followed are the same as those used in Regular Council meetings. Executive Sessions may be called to inform the Council of pending legal action, financial, or personnel matters. PUBLIC HEARINGS Public Hearings are required by law before the Council can take action on matters affecting the public interest such as land -use laws, annexations, rezone requests, public safety issues, etc. Section 2.04.150 of the Tukwila Municipal Code states the following guidelines for Public Hearings: 1. The proponent shall speak first and is allowed 15 minutes for a presentation. 2. The opponent is then allowed 15 minutes to make a presentation. 3. Each side is then allowed 5 minutes for rebuttal. 4. Citizens who wish to address the Council may speak for 5 minutes each. No one may speak a second time until everyone wishing to speak has spoken. 5. After each speaker has spoken, the Council may question the speaker. Each speaker can respond to the question, but may not engage in further debate at this time. 6. After the Public Hearing is closed and during the Council meeting, the Council may choose to discuss the issue among themselves, or defer the discussion to a future Council meeting, without further public testimony. Council action may only be taken during Regular or Special Meetings. COUNCIL AGI-i,NDA SYNOPSIS Meeting Date Prepared l!), 10/06/14 KK Mayor's review .t4/4C_ Council review ITEM INFORMATION ITEM NO. 4.C. STAFI7 SPONSOR: BRANDON MILES ORIGINAL AGENDA DATE: 10/6/14 AGENDA DAN TITLE Seattle Express shuttle services contract CATIGORY Discussion Mtg Date E] Motion :Mfg Date 10/06/14 0 Resolution Mfg Date El Ordinance Mg Date 0 Bid Award Mtg, Date El Public Hearing A 1 tg Date • Other A 1 t‘g Date SP( >NS( Az Council [Z] Mayor 0 IIR El DCD Finance Fire fl IT P&R Police PIV SPONSOR'S Council is being asked to authorize the Mayor to sign a 2015 shuttle services contract with SUMMARY Miller Schmer Inc. doing business as "Seattle Express" on behalf of Seattle Southside Visitor Services (SSVS). Services will be paid out of the "SeaTac Only" account that is funded 100% by the City of SeaTac. RI NI1 VVED BY LI COW Mtg. r Utilities Cmte DATE: 9/16/14 R CA&P Cmte 1'86 Cmte ri -Fransportation Cmte Comm. ri Planning Comm. CHAIR: SEAL 0 Arts Comm. 111 Parks COMMITIEE RECOMMENDATIONS: SPoNsoR/ADmIN. COMM Mayor's Office WIFE Unanimous Approval; Forward to Committee of the Whole COST IMPACT / FUND SOURCE EXPENDITURE REQI TIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $120,000 $120,000 $ Fund Source: 2015 LODGING TAX FUND 101.00.557.303.44.11 (NOT GENERAL FUND)<PASS THRU FROM SEATAC> Comments: Unanimous Approval by the Lodging Tax Advisory Committee; Forward to Finance & Safety MTG. DATE RECORD OF COUNCIL ACTION 10/06/14 MTG. DATE ATTACHMENTS 10/06/14 Informational Memorandum dated September 3, 2014 Contract for Services Minutes from Finance and Safety Committee, dated September 16, 2014. 2 City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Finance and Safety Committee FROM: Katherine Kertzman, Tourism Program Manager Brandon Miles, Economic Development Planner DATE: September 3, 2014 SUBJECT: Seattle Express Shuttle Services Contract ISSUE The Council is being asked to reauthorize the Mayor to si n a shuttle services contract with Milier Schmer Inc. doing business as "Seattle Express" on behalf of Seattle Southside Visitor Services (SSVS). BACKGROUND For over 13 years SSVS has hired Seattle Express to provide regularly scheduled shuttle services from hotels in the City of SeaTac to Westfield Southcenter, seven days a week (excluding some major holidays). Currently, the City of SeaTac contributes 10096 of the shuttle costs as a part of the annually approved tourism marketing initiatives SSVS provides to the City of SeaTac. The City of SeaTac's Hotel Motel Advisory Committee members support funding the complimentary shuttle service for their guests because it conveys added value to selling their properties to potential overnight guests and groups; the City of Tukwila incurs no direct costs but receives the sales tax from shoppers. Seattle Express delivered more than 28.000 riders/shoppers to Westfield Southcenter in 2013 resulting in $4,311,900 in estimated visitor spending at Westfield'. The shuttle is wrapped in Seattle Southside branded advertising. As administrator of Seat eGouthaide.Tukvv|ocondnactevvbhtheohottka.pmysthann.andiereinnbursed 10096 for expenses from the SeaTac lodging tax fund. Currently, the cost is$1O.0OO per month. Seattle Express has an Auto Transportation Certificate 01052 issued by the Washington Utilities and Transportation Commission (WUTC) that gives Seattle Express the sole right to provide a scheduled shuttle service, at a set rote, on a set route for hotel guests (in our cities) and no other company can provide this shuttle service in our area which is defined as SeaTac and Tukwila. Therefore, a competitive bid process is not feasible for this contract. ANALYSIS Both the SeaTac Hotel Motel Advisory Committee and Tukwila Lodging Tax Advisory Committee reviewed and approved the 2015 Seattle Express shuttle service marketing initiatives at their respective August meetings. FINANCIAL IMPACT As the Council is aware, the operation of SSVS is a joint effort between the cities of SeaTac and Tukwila. Tukwila is solely responsible for the administration of SSVS. Both cities provide funding to SSVS to fund joint 1 The estimated spending per shuttle rider is estimated from a survey completed by Westfield in 201I. INFORMATIONAL MEMO Page 2 efforts, such as marketing. Additionally, each city also provides funding for specific initiatives. The Seattle Express Shuttle Service is an example of one such initiative. The City of SeaTac provides 100% of the funding to pay the direct costs associated with operation of the shuttle. Neither the City of Tukwila's lodging fund nor the City's general fund pays the costs associated with the shuttle operations. SSVS Transition In the s ing of 2013 the City Council authorized the Mayor to si n an interlocal agreement (ILA) with the cities of SeaTac arid [)es Moines to create a tourism promotion area (TPA) that encompasses the geographical areas of Tukwila, SeaTac and Des Moines. The City of SeaTac is currently working to form a public development authority (PDA) that will oversee the day to day operations of the TPA. Once the PDA is operating, it is assumed that most of the operations of SSVS will shift to the PDA. Once the PDA 15 formed and SSVS ceases to exist as a City Department, the City will not be able to administer some of the contracts that SSVS currently oversees. The proposed Shuttle services contract includes a provision that Tukwila can terminate the contract with 30-doy's notice. This provides the City of Tukwila flexibility once the PDA is up and running. RECOMMENDATION The Council is being asked to authorize the Mayor to sign a service contract in an amount not to exceed $120,000 on behalf of Seattle Southside Visitor Service with Miller Schmer Inc. doing business as Seattle Express. The Finance and Safety Committee is being asked to place the contract on the October 6, 2014 consent agenda. ATTACHMENTS • Proposed Contract 4 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: CONTRACT FOR SERVICES This Agreement is entered into by and between the City of Tukwila, Washington, a non-charter optional municipal code city hereinafter referred to as "the City," and Seattle Express, hereinafter referred to as "the Contractor," whose principal office is located at 8028 180th St. SE, Snohomish, WA 98296. WHEREAS, the City has determined the need to have certain services performed for its citizens but does not have the manpower or expertise to perform such services; and WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms and conditions; now, therefore, IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto agree as follows: • Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $120,000 at a rate of $10,000 per month. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing January 1, 2015, and ending December 31, 2015, unless sooner terminated under the provisions hereinafter specified. 5. Independent Contractor. Contractor and City agree that Contractor 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 Contractor nor any employee of Contractor 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 contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the Contractor, or any employee of the Contractor. CA Revised 1-2013 Page 1 of 6 5 6. Indemnification. The Contractor shall defend, indemnify and hold the City, its officers, agents, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the 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 Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor'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. 7. Insurance. The Contractor 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 Contractor, their agents, representatives, employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor 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 Scope of Insurance. Contractor 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 $5,000,000 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. 2. Commercial General Liability insurance with limits no less than $5,000,000 each occurrence, $5,000,000 general aggregate and $5,000,000 products-completed operations aggregate limit. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products- completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an equivalent endorsement. There shall be no endorsement or modification of the Commercial General Liability Insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA Revised 1-2013 Page 2 of 6 6 B. Other Insurance Provision. The Contractor'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 Contractor's insurance and shall not contribute 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. Contractor 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 Contractor before commencement of the work. E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. F. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Contractor 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 Contractor to correct the breach, immediately terrninate 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 Contractor from the City. • Record Keeping and Reporting. A. The Contractor shall maintain accounts and records, including personnel, property, financial and programmatic records which sufficiently and properly reflect all direct and indirect costs of any nature expended and services performed in the performance of this Agreement and other such records as may be deemed necessary by the City to ensure the performance of this Agreement. B. These records shall be maintained for a period of seven (7) years after termination hereof unless permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter 40.14 and by the City. 9. Audits and Inspections. The records and documents with respect to all matters covered by this Agreement shall be subject at all times to inspection, review or audit by law during the performance of this Agreement. 10. Termination. This Agreement may be terminated by the City at any time and for any reason by the City giving to the Contractor thirty (30) days written notice of the City's intention to terminate the same. If the Contractor's insurance coverage is canceled for any reason, the City shall have the right to terminate this Agreement immediately. 11. Discrimination Prohibited. The Contractor shall not discriminate against any employee, applicant for employment, or any person seeking the services of the Contractor to be provided under this Agreement on the basis of race, color, religion, creed, sex, age, national origin, marital status or presence of any sensory, mental or physical handicap. CA Revised 1-2013 Page 3 of 6 7 12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the services contemplated by this Agreement without the written consent of the City. If Seattle Southside becornes a part of a newly formed Public Development Authority (PDA), the City may assign this Agreement to the PDA. 13. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor 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. 14. 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. 15. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, Washington 98188 Seattle Southside Visitor Services 3100 South 176th St. Seattle, WA 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 16. Applicable Law; Venue; Attorney's Fees. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. 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. DATED this day of , 20 . CITY OF TUKWILA CONTRACTOR By: Mayor, Jim Haggerton ATTEST/AUTHENTICATED: City Clerk, Christy O'Flaherty APPROVED AS TO FORM: Office of the City Attorney Printed Name and Title: Address: CA Revised 1-2013 Page 4 of 6 8 Exhibit A Scope of Services • Provide a complimentary regularly scheduled round trip shuttle service for SeaTac hotel guests to the Westfield Southcenter. 2. The route schedule will be published online and in printed format to be distributed to all SeaTac hotels, SSVS and Westfield Southcenter. • Seattle Express will not make changes to the published schedule without prior written approval from SSVS staff. 4. Seattle Express will be responsible for all maintenance and upkeep of shuttle fleet and any associated fees. 5. Permit SSVS to wrap the shuttle van(s) used for Westfield Shuttle service in Seattle Southside branded advertising at SSVS's expense. 6. Shuttle service will operate seven days a week, excluding certain holidays. 7. Include Seattle Southside webpage link on Seattle Express website. 8. Promote the Seattle Southside visitor center by providing shuttle riders with SSVS Visitor Guide and Map and encouraging them to utilize other visitor center services. 9. Shuttle drivers will act as tourism ambassador for the Seattle Southside area. 10. With each monthly invoice, provide a ridership total report for the month being billed. CA Revised 1-2013 Page 5 of 6 9 Exhibit B Compensation Contractor shall submit invoices to the City within fourteen days of the end of each month. Invoices shall be mailed to: Seattle Southside Visitor Services 3100 South 176 Street Seattle, WA 98188 The total amount to be paid under this contract shall not exceed $120,000 and will be paid at a fixed rate of $10,000 per month. CA Revised 1-2013 Page 6 of 6 10 »,�^ '��_.I ^7 ��%[�/ of � ����%�>Z��� �' � Finance and Safety Committee FINANCE AND SAFETY COMMITTEE Meeting Minutes September 16, 2OY4-5:3Dp.nn,Hazelnut Conference Room PRESENT CVunCi|nnemberS: Verna Seal, Chair; Joe Duffie, Kathy Hougardy Staff: Vicky Carlsen, Derek Speck, Katherine Kertzman, Laurel Humphrey CALL TO ORDER: Committee Chair Seal called the meeting to order at 5:35 p.m. I. PRESENTATIONS No presentations. U. BUSINESS AGENDA A. Lease Agreement: Visitor Information Center at Westfield Southcenter Staff is seeking Council approval for the Mayor to sign a lease renewal with Westfield Southcenter for the continued operation of the satellite visitor center through June 30. 2015. The visitor center began operation in October 2013 and has proven to be a beneficial location to travelers and for Seattle Southside Visitor Services. Operation of the visitor center costs around $10.000 per nnonth, funding for which comes from lodging tax for the duration of the lease. The lease itself costs a nominal $1 per year. UNANIMOUS APPROVAL. FORWARD TO SEPTEMBER 22, 2014 COMMITTEE OF THE WHOLE AND SPECIAL MEETING CONSENT AGENDA. B. Agreement: Shuttle Services for Seattle 8nuthside Visitor Services Staff is seeking Council approval to reenter into a contract with Mi||er8chnner. Inc., (doing business as "Seattle Express") to provide regularly scheduled shuttle services from hotels in the City of SeaTac to Westfield Southcenter in Tukwila at a rate of $10.000 per month. Seattle Southside Visitor Services (88V8) has been providing this free shuttle service to hotel guests for over 13 years. As the aUnliniatretorofS8V8. Tukwila contracts the services with Seattle -- �� -- ExpnesoandtheCityofSeaTac|odgingtaxfundpeimburses1OO96ofthaonsL8ea#|eExpneas delivered more than 28.000 individuals to Westfield Southcenter in 2013. resulting in an estimated $4.311.900 in visitor spending. A competitive bid process is not feasible for this contract since Seattle Express has an Auto Transportation Certificate granting them the sole right to provide this service in our area. UNANIMOUS APPROVAL. FORWARD TO OCTOBER 6 REGULAR CONSENT AGENDA. C. 2014 2nd Quarter Cash and Investment Report Staff reviewed the 2nd Quarter Cash and Investment Report for 2014. including information on the City's portfolio compVnents, perfonnance, policy compliance and liquidity ena|yois, fund cash and investment balances, and investment environment. At June 30, 2014, the portfolio totaled $47.1 million comprising $37.2 million in cash and cash equivalents and $10.0 in longer term investments. This represents a $2.4 million increase from the March 31, 2014 Ua|onoe, attributable to the collection of property taxes in the 2"« quarter. INFORMATION ONLY. 12 COUNCIL AGENDA SYNOPSIS ------- ------------ ----------- ---------------------- Merlins Date Prepared by Mayor's reviop Council review 10/06/14 BG ITEM INFORMATION ITEM No. 4.D. 13 STAFF SPONSOR: BOB GIBERSON ORIGINAL A(3kINDA DATE: 10/06/14 AGENDA Iii ' '1,E 2015 Annual Overlay & Repair Program Consultant Agreement with KPG, Inc. CIE(;( no, n Discussion A Its Date motion !I Date 10/06/14 [ Resolution Alt Date L Ordinance AN Date Bid Award AN Date [ Public Hearing Al lg Dale I Other AN Date SP ()NS( )R [ Council I Major I IR E DCD E Finance fire [ 17 [ Pc.'1. Niece SP( Ntit )R'S This contract is for design of the 2015 Annual Overlay and Repair Program. Five S[INIMARY engineering firms were evaluated and KPG was determined to be the most qualified. The list of 8 street sections for the 2015 Overlay and Repair Program was developed using the City's Pavement Management Program. In the design process, cost estimates will determine which sections are constructed in 2015. Council is being asked to approve the design contract with KPG, Inc. in the amount of $136,727.28. REviEwil) B' I :O\\' Mtg. PI CA&P Cinte [ IF&S Gime Utilities Cmte n Arts Comm. [ Parks Comm. DATE: 09/22/14 COMMITTEE CI IAIR: ALLAN -Iransportation Cmte E Planning Comm. EKBERG RECOMMENDATIONS: SPoNsoR/AmiN. CommITIEE Public Works Department Unanimous Approval; Forward to Regular Consent Agenda COST IMPACT / FUND SOURCE EXITNDITURE REQUIRkl) AMOUNT BUDGETED APPROPRIATION REQUIRED $136,727.28 $136,727.28 $0.00 Fund Source: 104 ARTERIAL STREET FUND (PAGE 18, PROPOSED 2015 CIP) Comments: MTG. DATE RECORD OF COUNCIL ACTION 10/06/14 MTG. DATE ATTACHMENTS 10/06/14 Informational Memorandum dated 09/19/14 Consultant Selection Scoring Matrix Vicinity Map Page 18, Proposed 2015 CIP Contract, Scope of Work, and Fee Minutes from the Transportation Committee meeting of 09/22/14 13 14 TO: of City Tukwila Jim Haggerton, Mayo INFORMATIONAL MEMORANDUM Mayor FROM: Bob Giberson, Public Works Director Transportation Committee BY: David Sorensen, P ject Manager DATE: September 19, 2014 SUBJECT: 2015 Overlay and Repair Proqram Project No. 91510401 Consultant Selection and Agreement ISSUE Execute a contrac with KPG, Inc. to provide design services for the 2015 Overlay and Repair Program. BACKGROUND Five engineering firms were evaluated to provide design services for the 2015 Overlay and Repair Program (see attached scoring & selection matrix). Each consulting firm provides services with expertise in multiple engineering disciplines. All of the firms are qualified, but KPG, Inc. provides a unique knowledge and understanding of the City's program that provides efficiency and benefits which cannot be matched at this time by any other firm. KPG, Inc. has prepared construction plans for the 2014 Overlay and Repair Program and has also performed very well on other City projects. Starting the design process in the fall and advertising for construction bids in the first quarter of each year allows the City to take advantage of an optimal bidding climate. The list 0f streets for the 2015 Overlay and Repair Program was developed using the City's Pavement Management System, with input from engineering and maintenance staif. DISCUSSION KPG, Inc. has provided a contract, scope of work, and fee estimate to complete desi n of the 2015 Overlay and Repair Program and advertise for construction bids. Locations in Desiqn Contract 1) S124mSt-42nu Ave Sb]5OmP|G 2) 48th Ave 5 - Interurban Ave 5 to east dead end 3) Gateway Dr — Loop road east of Interurban Ave 5 4) GnuthC8OtB[ Blvd — Interurban h]Macadam 5) Tukwila Pkwy — Andover Pk W to T" line bridge 6) G18OmGt—GVUthnen0er Pkwy t0G18OmGt Bridge (Spot Improvements) 7) 55m Ave G-8144mSt0OS189mGt 8) S 164th St — Repair rutting in eastbound approach to 51s Ave S Contract 2015 Design Budget 2O1G Begin Design Budget 2015 Design Budget $100.000.00 $25,000.00 2014 Remaining Budget 36,727.28 2015 Design Contract $136.727.28 TOTAL $136^727.28 $135'727.28 $25^000.00 RECOMMENDATION Council is being asked to approve the d i n contrac withKPG.|OC.fO[8l82O150v9day8ndRepairProO[g0inthe amount of $136,727.28 and consider this item on the Consent Agenda of the October 6, 2014 Regular Meeting. Attachments: Consultant Selection Scoring Matrix Vicinity Map Page 18, Proposed 2015 CIP Consu!tant Agreement, Scope of Work and Fee Estimate wAPWEoV\PnOJECTSIA'Rw&nGP,NoctslAnnuo|Ovonay&R=ai,pmgmmo1201n0vanoy&nonoirPnmram\ooaign\000ignConou|tantSe|omio"\TvTC\mfom*mo Consult Select 2015 Overlay-sb.docx 16 2015 Overlay Program - Contract for Design Services Jason Engineering 1 David Evans Associate 0 c a 0 m ci - a �[ AHBL Engineering 1 Paving Project Design Experience with the City. 0 0 0 5 0 Knowledge of FHWA, State, and Tukwila Standards and Procedures 3 3 1 5 2 Environmental Experience 4 4 4 4 4 Experience with Similar Projects. 3 3 2 5 4 Traffic Control Design Expertise. 1 1 2 2 2 Experienceed Design Project Manager. 2 1 2 3 3 Small Scale Project Experience. 2 2 1 4 2 Utilities Corrdination Expierence. 2 2 3 3 3 Stormwater, Drainage, and Detention Design. 2 2 3 4 4 Public Outreach Experience. 2 2 3 4 4 Survey Crew In- House. 2 1 4 4 1 TOTALS 23 21 25 43 29 For each category, highest score is 5 (with the lowest or worst score 1) Consultant with the highest score is ranked the best. Staff: Dave Sorensen Selection Date: 8/27/14 Selected Consultant: KPG, Inc. Selection Justification: While all firms have pavement design experience. The selected firm has demonstrated relevant pavement project design experience on multiple past federal and locally funded city paving projects. And have exceptional familiarity with City Public Works systems, WSDOT and FHWA standards. Based on overall score KPG prevailed. _ 17 S. 124TH ST. GATEWAY DR. 48TH AVE S. 53RD AVE. S. SOUTHCENTER BLVD. TUKWILA PARKWAY S. 180TH ST. (SPOT REPAIRS) 2015 OVERLAY PROGRAM CANDIDATE STREET SEGMENTS 18 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2015 to 2020 PROJECT: Annual Overlay and Repair Program Project DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets. Preserve and maintain the ntron otm�uminos�o and useable s��bynmu�a�ngb�nm failure which also JUSTIFICATION: ' minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects. STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay. MAINT. IMPACT Reduces annual maintenance. COMMENT: Ongoing project. Only one year actuals shown in first column. FINANCIAL Through Estimated in $000's 2013 2014 2015 2016 2017 2018 2019 2020 BEYOND TOTAL EXPENSES Design 48 100 125 125 150 150 175 175 175 1,223 Land(R/VV) 0 Const. Mgmt. 175 175 175 200 200 225 225 230 1,605 Construction 1,125 1.250 1.260 1.300 1.320 1,325 1.330 1.340 10,250 TOTAL EXPENSES 48 1,400 1,550 1,560 1,650 1,670 1,725 1J30 1,745 13,078 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper.Revenue 48 1.400 1.550 1.560 1.050 1.670 1,725 1,730 1,745 13.078 TOTAL SOURCES 48 1,400 1,550 1.560 1.650 1.670 1,725 1,730 1,745 13.078 Project Location 2015 2020 Capital Improvemen Program 18 20 City� «�x � wrvuJr Tukwila 020OGouthcentar Boulevard, Tukwila VVAQ8188 Contract Number: CONSULTANT AGREEMENT FOR ENGINEERING DESIGN SERVICES THIS AGREEMENT is entered into between [hu City of Tukwila, Washington, hereinafter referred to as "the City", and KPG, Inc., hereinafter referred to as "the Consultant", in consideration nf the mutual. benefits, terms, andcondiUonuhereinaftox ificU. 1. Project Designation. The Consultant is retahn.od by the City to perform engineering design services in connection with the p jcc\ddcd'20l5Uvoduypnzrom` 2. Scope of Services. The Consultant agrees to perforoz the services, identified on Exhibit `^f\" 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 comrnencing upon execution and ending December 3l`ZOl5, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall cornmence UOfl written notice by the City to the Consultant to proceed. The ConsuItant shall perform all services and provide all work product required pursuant to this Agreement no later than December 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 co work and for services rendered under this Agreement as follows: A. Payment for the work provicled 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 136,727.28 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 payrnent of any balance due the Consultant of the total contract price earned will he made prornptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. [). Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, suppliex, equipment and incidentals necessary to cornplete 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. 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 Consilltant's endeavors. The Consultant shall not he responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7, Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement., except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated. by the parties. The provisions of this section shall survive the expiration or .termination of this Agreement. 8.. Insurance. The Consultant shall procure and .maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed. to Inuit the Ilability 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 2012 22 Page 2 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. a 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, irnmediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. CA revised 2012 Page 3 23 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 bon.afide 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, corrunission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical. or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non-Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreetnent 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 he 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 2012 24 Page 4 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 foliowing address: KPG, Inc. 753 - 9th Avenue N. 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 he of any force or effect unless it is in writing and signed by the parties. DATED this day of , 20 CITY OF TUKWILA Mayor CONSULTANT By: Printed Name: Nelson Davis, KPG Title: Principal Attest/Authenticated: Approved as to Form: City Clerk Office of the City Attorney CA revised 2012 Page 5 25 26 EXHIBIT A City of Tukwila 2015 Overlay Program Scope of Work September 8, 2014 The Consultant shall prepare final Plans, Specifications and Estimates for the 2014 Overlay Program. Specific projects will be determined from the following list of candidate streets: o 48th Ave S o Gateway Drive o Southcenter Boulevard o Tukwila Parkway o S 1 a0'n Street o S 124'n Street o 53rd Avenue S o S 1641h Street Interurban Ave S to east dead end Fort Dent Way to S 143rd St Interurban to Macadam Andover Park West to T Line Bridge Southcenter Parkway to Bridge (Spot repairs only) 42nd Avenue S to S 501n Place S 1441 Street to S 1391 Street Repair, rutting in eastbound approach to 51st Ave S The Consultant shall provide all necessary field reviews, base mapping, and utility notification required to complete final bid documents for the 2015 Overlay Program. The Consultant shall also prepare the bid tabulation, check low bidder(s) references, and provide a recommendation for award to the City. The 2015 Overlay Program will be bid as a single bid package as budget allows. The anticipated construction budget is approximately $1.2 Million for the 2015 Overlay Program. Projects may be re- prioritized or deferred to a future overlay program based on available budget and other considerations. Detailed estimates will be prepared at the 50% design or earlier to verify the final project list to be included in the 2015 Overlay Program and carried through final design. The City of Tukwila may require other services of the consultant. These services could include additional design, right of way, environmental documentation, construction phase services, or other work tasks not included in the scope of work. At the time these services are required, the Consultant will provide the City with a detailed scope of work and an hour and fee estimate. The Consultant will not proceed with the work until the City has authorized the work and issued a Notice to Proceed. SCOPE OF WORK TASK 1- MANAGEMENT /COORDINATION /ADMINISTRATION 1.1 The Consultant shall provide continuous project management and administration for the duration of the Project. (Estimate 6 months). City of Tukwila KPG, Inc. 2015 Overlay Program Page 1 of 4 September 8, 2014 27 • Hold project coordination meetings with the City to update progress and review submittals. Assume (4) meetings. • The Consultant shall provide monthly status reports and billings. 1.2 The Consultant shall provide independent QA/QC reviews by senior in -house staff of all deliverables prior to submittal to the City. TASK 2 — PREPARE PLANS, SPECIFICATIONS AND ESTIMATE 2.1 The Consultant shall prepare base maps for the all project segments using field measurements, available record drawings and /or ortho- photography. 2.2 The Consultant shall prepare 50 %, 90% and final Plans for the proposed improvements including the following: • Plans shall be prepared with such provisions in such detail as to permit field layout and construction within a degree of accuracy acceptable to the City and per industry standards. • Plan sheets will be prepared at 1 " =20' scale full size (22" X 34 "), 1 " =40' at reduced scale (11" X 17 "). • Typical sections and details will be prepared for items not available as standard details from the City, State, or APWA standard drawings. • Plans will identify curb ramp replacement limits and pedestrian push button modifications in accordance with ADA requirements. • The Plans shall illustrate complete details of construction of the proposed improvements including limits of construction and removals, utility adjustments, surfacing depths and details, and applicable channelization and signing for the segments selected for final design. • The Consultant shall perform Project site walkthroughs with the City maintenance staff to determine extent of roadway improvements /resurfacing (Estimate 2 meetings) and to prioritize candidate streets within the available budget. • Pavement sections will be determined through consultation with the City's maintenance staff and previous experience. No geotechnical investigations are anticipated. 2.3 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction Cost for each review submittal and the bid documents. Projects will be prioritized in collaboration with the City following the 50% Submittal to determine the final project segments 2.4 The Consultant shall prepare the Contract Specification per 2014 WSDOT Standard Specifications at the 90% and Final submittals. City of Tukwila KPG, Inc. 2015 Overlay Program Page 2 of 4 September 8, 2014 28 2.5 The Consultant shall distribute 50% and 90% review submittals to franchise utility owners for utility adjustments within the Project limits. 2.6 The consultant shall assist the City with Project Advertisement and Award by uploading plans and specifications to bxwa.com, preparing addenda, bid tabulation, and recommendation for award. Assumptions • Field survey will not be required. • Typically, only surface utilities requiring adjustment to grade will be shown. • No federal funding is anticipated for the Project engineering or construction. • No utility upgrades are anticipated in the project design. • Drainage & Water Quality Reports will not be required. • Geotechnical Engineering services will not be required. • Environmental Documentation will not be required. Deliverables • Preliminary estimate for prioritization • 50% review submittal with Plans and Estimate for potential street segments • 90% review submittal with Plans, Specifications, and Estimate for selected segments • Bid Documents and Engineer's Estimate • 6 sets of Plans (11" X 17 ") and specifications provided for each review submittal. • 10 sets of Plans (11" X 17 ") and specifications for the Bid Documents. • Coordinate upload of Plans and Specifications to Builders Exchange. • Bid analysis and recommendation for award TASK 3 — PAVEMENT MANAGEMENT SYSTEM UPDATE 3.1 The Consultant shall coordinate the preparation of an updated Pavement Management Plan utilizing Pavement Engineers as a subconsultant. The pavement segments will be evaluated using the distress conditions described in the Pavement Surface Condition Rating Manual, as developed by the Northwest Pavement Management Systems Users Group. We will use the new definitions of pavement distress that are currently being incorporated in the upcoming new condition manual. Our last survey in 2008 evaluated 81.75 centerline miles of streets. The enclosed figure indicates the street segments we evaluated in 2008. This map also shows the streets that have been identified in the King County GIS maps. Excluding 1 -5, 1 -405 and ramps to these freeways; there are several miles of street in the City that have not been surveyed — possibly due to these unsurveyed streets being private or undeveloped. If we do find these streets have been developed or are not private, we will add them to our survey. All data will be entered into an updated version of PMSPro and provided to the City City of Tukwila KPG, Inc. 2015 Overlay Program Page 3 of 4 September 8, 2014 29 3.2 The Consultant shall review cost analysis information in PMSPro and update the cost assumptions based on recent history with City of Tukwila overlay projects. 3.3 The Consultant shall prepare a final report including a full discussion of the work accomplished during this project. It will contain charts and graphs that explain the condition of the City's pavements and the recommendations for maintenance and rehabilitation. All streets will be presented in the report (PCR = 100 and lower). This report will include the updating of the WSDOT functional class and state route numbers if necessary. One group of charts that will be included is the average PCR for each of the four categories of streets: Principal Arterial, Minor Arterial, Urban Collector, and Neighborhood. We will also provide the results of a cost analysis for this report based on the information collected in Task 2. Recommendations for major rehabilitation (i.e. Overlay, Reconstruction) will be general in nature and may require further engineering analysis such as non - destructive deflection testing and analysis. 3.4 The Consultant shall upgrade the PMSPro software program to work with Windows 7 computers. Deliverables • Final Pavement Report in .pdf format • Updated PMSPro software City of Tukwila KPG, Inc. 2015 Overlay Program Page 4 of 4 September 8, 2014 30 PAVEMENT ENGINEERS August 28, 2014 Mr. Nelson Davis KPG 753 9th Ave North Seattle, WA 98109 Re: Pavement Condition Survey City of Tukwila, WA Dear Mr. Davis: WBE# W2F4707915 15226 12th Drive SE Mill Creek, WA 98012-3082 (425) 337-5222 (888) 446-5222 (425) 337-6084 FAX Thank you for the opportunity to provide you with this proposal to update the pavement condition data for the streets in the City of Tukwila. Our approach to accomplishing this work is to provide the City of Tukwila with an updated pavement condition survey of their streets and to enter this information into the pavement management program, PMSPro, that is owned by the City. This proposal also includes the purchase of the upgraded PMSPro program that works with computers using Windows 7. The following tasks explain our approach to completing this project. Task 1: Field Survey The pavement segments will be evaluated using the distress conditions described in the Pavement Surface Condition Rating Manual, as developed by the Northwest Pavement Management Systems Users Group. We will use the new definitions of pavement distress that are currently being incorporated in the upcoming new condition manual. Our last survey in 2008 evaluated 81.75 centerline miles of streets. The enclosed figure indicates the street segments we evaluated in 2008. This map also shows the streets that have been identified in the King County GIS maps. Excluding 1-5, 1-405 and ramps to these freeways; there are several miles of street in the City that have not been surveyed — possibly due to these unsurveyed streets being private or undeveloped. If we do find these streets have been developed or are not private, we will add them to our survey. A review by the City to identify those streets that have not been but should be surveyed would be appreciated. Task 2: Update Cost Information PMSPro is capable of developing cost analysis reports to determine annual budgets necessary to maintain a street network. We realize the cost data currently in the PMSPro data records may be out of date. We have assumed City personnel are capable of updating this information and our assistance is not necessary. We request any updates you may have so we can include this information in our final report. Task 3: Final Report Our final report will include a full discussion of the work accomplished during this project. It will contain charts and graphs that explain the condition of the City's pavements and the recommendations for maintenance and rehabilitation. All streets will be presented in our report (PCR = 100 and lower). 31 This report will include the updating of the WSDOT functional class and state route numbers if necessary. One group of charts that will be included is the average PCR for each of the four categories of streets: Principal Arterial, Minor Arterial, Urban Collector, and Neighborhood. We will also provide the results of a cost analysis for this report based on the information collected in Task 2. Recommendations for major rehabilitation (i.e. Overlay, Reconstruction) will be general in nature and may require further engineering analysis such as non-destructive deflection testing and analysis. We can provide this service if necessary. Task 4: This task includes the upgrade of PMSPro software program that works with Windows 7 computers. Cost Estimate Below is our cost estimate to accomplish this work. Task Description Cost 1. Field Survey, approximate 81.75 cntrin miles @ $100/cntrin mile $8,175 2. Update Cost Information, 1 hours @ $150/hr $150 3. Final Report (5 copies), 28 hours @ $150/hr $4,200 4. Upgrade PMSPro $300 SUBTOTAL: $12,825.00 Thank you for this opportunity to provide this proposal. We look forward to working with you on this project. Sincerely, Didrik A. Voss, P.E. Chief Engineer P833 32 City of Tukwila State Functional Class State FC masterMap.USER2 33 34 HOUR AND FEE ESTIMATE Project: City of Tukwila 2015 Overlay Program EXHIBIT B KPG • Architecture • Landscape Architecture • Civil Engineering • Task Description Labor Hour Estimate Total Fee Project Senior Manager Engineer $. 179.26 $ 143.57 Project Engineer $ 115.36 Design Engineer $ 99.45 CAD Technician $ 86.18 Const Inspector $ 102.04 Survey Crew $ 139.96 Senior Admin $ 112.71 Office Admin $ 74.24 Fee Task1 - Management/coordination /administration 1.1 Management and administration estimate 6 months 6 40 0 60 _ 0 0 0 0 2.2 Pro'ect Plans 50 %, 90 %, and Final 0 80 2 120 6 $ 1,746.40 1.2 QA/QC reviews 8 2.3 Pro'ect Cost Estimates 50 %, 90 %, and Final 8 8 0 0 0 0 0 0 0 $ 7,476:95 0 8 0 $ 2,582.62 16 Reimbursable - Milea.e 0 0 0 8 1 2.5 Utility Coordination 4 0 16 8 0 0 0 1 0 8 $ '3,952-26 $ 25.00 4 Reimbursable - Re•roduction 16 8 8 0 0 4 8 $ 6,241.12 Reimbursable - Mifea • e 0 0 $ 25.00 0 Task Totals 14 _} 8_ j_ 0 0 0 0 1 S 1 0 j 2 i 6 1$ 4,379.03. Task 2 - Plans, Specifications and Estimate 2.1 Base Ma .s 4 8 40 60 60 _ 0 _ 60 0 0 $ 26,015.10 2.2 Pro'ect Plans 50 %, 90 %, and Final 40 80 100 120 180 0 0 0 16 $ 58,825.86 2.3 Pro'ect Cost Estimates 50 %, 90 %, and Final 4 8 16. 24 16 0 0 0 0 $ 7,476:95 2.4 Pro'ect S.: ifications 90% and Final 8 24 40 16 0 0 0 0 8 $ 11,679.17 2.5 Utility Coordination 4 0 16 8 0 0 0 1 0 8 $ '3,952-26 2.6 Pro'ect Advertisement and Award 4 8 16 8 8 0 0 4 8 $ 6,241.12 Reimbursable - Mifea • e 0 0 0 0 0 8 500.00 Reimbursable - Re •roduction 0 0 1 S Reimbursable - Pavement Engineers $ 1.500.00 Task Total 64 128 228 236 264 0 60 4 40 $ 116,190.46 Task 3 - Payment Management System Updat 3.1 Coordinate Feld Survey _ 2_ 0 4 0 4 0 ! 0 2 1 0 1$ 1,390.10 3.2 Update Cost Information 4 0 4 0 0 0 0 0 0 J$ 1,178.46 3.3 Final Report 2 0 2 0 0 0 1 0 0 . 0 1$ 589.23 3.4 Update Software 0 0 0 0 0 0 ] 0 0 0 1 S Reimbursable - Pavement Engineers 1 1 1 S 13,000:00 Task Totals 8 l 0 l_ 10 1 0 4_ l 0 i _ 0 1 2 1 0 l$ 16,157.79 Total Estimated Fee: $ 136,727.28 * Hourly rates are based on the following: Direct Salary Costs $ 65.00 ] $ 52.061 $ 41.831 $ 36.06 1 _ $ 31.25 1 $ 37.00 I $ _ 50.75 1 $ 40.871 $ 26.92 Overhead Rate Fixed Fee 145.78% 30% 9/8/2014 36 TRANSPORTATION COMMITTEE - Meeting Minutes September 22,2O74-5:15p.nn.— Foster Conference Room »^�^ Tukwila City of � l4&�����a Transportation Committee PRESENT Coun[j|nnennbers; Allan Ekberg, Chair; Dennis Robertnnn, Kate Kruller Staff: David Cline, Bob Giberson, Robin T|nchnnak, Gail Labenana, Grant Griffin, Dave Sorensen, Laurel Humphrey CALL TO ORDER: Committee Chair Ekberg called the meeting to order at 5:15 p.m. I. PRESENTATIONS No presentations. U. BUSINESS AGENDA A. Consultant Selection: 2015 Overlay and Repair Program Staff is seeking Council approval to enter into a contract with KPG, Inc. in the amount of $136,727.28 to provide design services for the 2015 Overlay and Repair Program, KPG, Inc. was selected from an evaluation pool of five firms due to their experience with the City and with the overlay program in particular. The purpose of this project is to construct asphalt and concrete pavement overlays at various sections of roadway throughout the City, and the design contract includes 8 potential locations for 2O15.A total Vf$15O.727.2Ois budgeted, including $38.727.28 remaining from the 2014 Program. UNANIMOUS APPROVAL FORWARD TO OCTOBER 6, 2014 REGULAR CONSENT AGENDA. B. Supplemental Agreement: 2014 Bridqe Inspections and Repairs Staff is seeking Council approval of Supplemental Agreement No. 2 to Contract No. 14-019 with David Evans and Associates, Inc. (DEA) in the amount of$04.4O3.D3 for engineering services for the Bridge Funding Assistance Services P ject. While researching the scour analysis for the 42nd Avenue South Bridge as part of the base contrant. DEA discovered that the US Army Corps of Engineers had developed computer flow models for the entirety of the Green/Duwamish River. These models establish the groundwork for lower-cost scour analysis for 12 additional City bridges, and the supplement will allow DEA to perform this work as well as emergency work on the Klickitat Dr elevated walkway. Staff distributed a map and list of Tukwila's bridges with sufficiency ratings and a copy of federal bridge inspection standards. The Committee will receive a briefing on the overall annual bridge inspection program later this year, including new requirements relating to load ratings. UNANIMOUS APPROVAL. FORWARD TO OCTOBER 6, 2014 REGULAR CONSENT AGENDA. 111. SOUTH COUNTY AREA TRANSPORTATION BOARD (SCATBD) MEETING A summary of the July 15, 2014 meeting was included in the committee packet. Councilmember Robertson requested additional information regarding the Washington State Council of Fire Fighters resolution on oil train safety. 38 COUNCIL AGENDA SYNOPSIS ------- -------------------- Mee/in Dale Prepared by Muyor:r review Council review 10/06/14 B G , 0 item C E Resolution Mtg Date 111 Ordinance Ally Date E Bid Award Mtg Date Il Public Hearing Mtg Date E Other Mtg D ate Alts SPONSOR E Council E Mayor I1R I— DCD LI Finance E Fire LI IT E 1 7R Po/he kl, PIF SP ONS( )ie s David Evans and Associates is currently the consultant for the 2014 Annual Bridge SUMMARY Inspections with Contract No. 14-019 for Bridge Funding Assistance Services. This Supplement No. 2 will allow DEA to perform scour analyses '' on City-owned bridges that are required by the National Bridge Inspection Standards. Council is being asked to approve Supplemental Agreement No. 2 in the amount of $26,209.63, bringing the total contract amount to $64,403.83. RiN11M/H1) BY COW Mtg. El CA&P Cmte E Utilities Cmte E Arts Comm. DATE: 09/22/14 U F&S Cmte Comm. CHAIR: Transportation Cmte ITEM INFORMATION ITEM NO. 4.E. 39 STAFF SPONSolt: BOB GIBERSON ORIGINAL A( ;I;N DA DATE: 10/06/14 AGENDA ITEM TITLE 2014 Annual Bridge Inspections and Repairs Supplemental Agreement No. 2 with David Evans and Associates (DEA) CATI(;ORY LI Diu/scion Mtg Date Motion Date 10/06/14 E Resolution Mtg Date 111 Ordinance Ally Date E Bid Award Mtg Date Il Public Hearing Mtg Date E Other Mtg D ate Alts SPONSOR E Council E Mayor I1R I— DCD LI Finance E Fire LI IT E 1 7R Po/he kl, PIF SP ONS( )ie s David Evans and Associates is currently the consultant for the 2014 Annual Bridge SUMMARY Inspections with Contract No. 14-019 for Bridge Funding Assistance Services. This Supplement No. 2 will allow DEA to perform scour analyses '' on City-owned bridges that are required by the National Bridge Inspection Standards. Council is being asked to approve Supplemental Agreement No. 2 in the amount of $26,209.63, bringing the total contract amount to $64,403.83. RiN11M/H1) BY COW Mtg. El CA&P Cmte E Utilities Cmte E Arts Comm. DATE: 09/22/14 U F&S Cmte Comm. CHAIR: Transportation Cmte E Parks COMMITTEE E Planning Comm. ALLAN EKBERG RECOMMENDATIONS: SPONSOR/ADMIN. Commilim Public Works Department Unanimous Approval; Forward to Regular Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE RF,QUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $64,403.83 $70,000.00 $0.00 Fund Source: 104 ARTERIAL STREETS (PAGES 10, 2014 CIP) Comments: MTG. DATE RECORD OF COUNCIL ACTION 10/06/14 MTG. DATE ATTACHMENTS 10/06/14 Informational Memorandum dated 09/19/14 (revised after 9/22 TC) Contract Amendments No. 2 and No. 1 Original Consultant Agreement Minutes from the Transportation Committee meeting of 09/22/14 39 40 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: September 19, 2014 SUBJECT: 2014 Annual Bridge Inspections and Repairs Bridge Funding Assistance Services Project No. 91410402, Contract No. 14-019 Supplemental Agreement No. 2 with DEA, Inc. ISSUE Approve Supplemental Agreement No. 2 to consultant Contract No. 14-019 with David Evans and Associates, Inc. (DEA) for additional bridge analysis. BACKGROUND Base Contract No. 14-019 with DEA provided engineering services for the 2014 Call for Bridge Projects. Since the base contract was less than $40,000, it was signed by the Mayor without any Council approval. This work required scour analysis on the 42nd Avenue South Bridge. While researching this work, DEA discovered that the US Army Corps of Engineers had developed computer flow models for the entire reach of the Green/Duwamish River, over which numerous Tukwila bridges span. These models, along with the other scour work that DEA has already done, will allow Tukwila to obtain scour analyses for 12 City owned bridges at a substantial savings over the cost of beginning from scratch. DEA's Contract Amendment No. 2 will provide scour analysis reports for 12 bridges including emergency work done on the Klickitat Elevated Walkway after the land slide last spring. ANALYSIS DEA will perform scour analyses as required by the National Bridge Inspection Standards (NBIS), 23 CFR 650C. This portion of the Code of Federal Regulations requires that all bridges listed in the National Bridge Inventory be analyzed for scour risk during high water events. BUDGET SUMMARY The cost estimate submitted by DEA is $26,209.63 increasing the maximum amount payable to $64,403.83. Since this amendment increases the total contract cost from less than $40,000 to more than $40,000, Council approval is required. Funds will be supplemented from the construction budget to cover the contract costs. Contract 2014 Design & CM Budget Bridge Funding Assistance Services $ 38,194.20 $ 40,000.00 Supplement No. 2 26,209.63 30,000.00 Total $ 64,403.83 $ 70,000.00 RECOMMENDATION Council is being asked to approve Contract Amendment No. 2 to Contract No. 14-019 with David Evans and Associates, Inc. in the amount of $64,403.83 for the Bridge Funding Assistance Services Project and consider this item on the Consent Agenda at the October 6, 2014 Regular Meeting. Attachments: Contract Amendment No. 2 and 1 Original Consultant Agreement WAPW Eng \ PROJECTS \A- RW & RS Projects \Bridge Inspection Programs \ Bridge Inspections 2014 (91410402)\DEA BRAC Data \ Info Memo DEA Bridge Data Contract Sup2-sb.doc 41 42 City of Tukwila Agreement Number: 14-019 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES Amendment #2 Between the City of Tukwila and David Evans and Associates, Inc. That portion of Contract No. 14-019 between the City of Tukwila and David Evans and Associates, Inc. is amended as follows: •Added Scope of Work as Shown in Exhibit Al •Added Fee relative to new Scope, as shown in Exhibit B. New maximum amount payable: $64,403.83 •Extended Contract End Date to June 30th, 2015 All other provisions of the contract shall remain in full force and effect. Dated this day of , 20 CITY OF TUKWILA CONTRACTOR Jim Haggerton, Mayor Printed Name/Title: Richard Hovde, PE, Associate ATTEST/AUTHENTICATED APPROVED AS TO FORM City Clerk City Attorney CA: 2012 Page 1 of 1 43 44 Exhibit A Summary of Payments Direct Salary Cost Apt NIPPrir' 12,291.00 8,668.05 $ 20,959,05 Overhead (including Payroll Additives) Direct Non -Salary Costs 21, 700.50 14,817.16 36, 517.66 515.40 124.00 639.40 Fixed Fee 3,687.30 2,600.42 6,287.72 Total 38,194.20 26,209.63 64,403.83 DOT Form 140 -063 EF Revised 10/97 45 EXHIBIT A-1 AMENDMENT 2-ADDITIONAL SCOUR ANALYSIS CITY OF TUKWILA BRIDGE FUNDING PROJECT SCOPE OF WORK . PROJECT DESCRIPTION AND DELIVERABLES PROJECT DESCRIPTION David Evans and Associates, Inc. (CONSULTANT) will provide professional engineering and support services in support of the Bridge Funding Project (PROJECT) under the direction of City of Tukwila (CITY) as described in this Scope of Work (SCOPE). The CITY is responsible for thirteen bridges that cross over the Green/Duwamish River. CONSULTANT will conduct scour analysis on twelve of these bridges as described in the following SCOPE. strttture 10 11:,7it*1 arryrffisio outi..''.':::4ty:/...'.::::r 08561400 TUKWILA-02 FRANK ZEPP BRIDGE GREEN RIVER 08544400 TUKWILA-03 LOIS T NEWTON GREEN RIVER 0014269D TUKWILA-05 SC BLVD, GREEN RIVER BR GREEN RIVER 08166200 TUKWILA-06 FOSTER 56 AVE SO DUWAMISH RIVER r• 108110200 TUKWILA-09 EAST MARGINAL WAY DUWAMISH RIVER 08651500 TUKWILA-15 TUKWILA INTL BLVD DUWAMISH RIVER 08104300 TUKWILA-16 SO. 118TH PED 1DUWAMISH RIVER 08584100 TUKWILA-17 FOSTER GOLF COURSE PED GREEN RIVER 08584200 TUKWILA-18 GREEN RIVER PED & UTILIT GREEN RIVER 08742500 TUKWILA-19 INTERURBAN TRAIL BRIDGE GREEN RIVER 108328300 TUKWILA-21 FORT DENT PARK BRIDGE GREEN RIVER 1-- 108718400 TUKWILA-22 FORT DENT TRAIL BRIDGE GREEN RIVER 1.0 PROJECT MANAGEMENT AND QUALITY CONTROL The CONSULTANT shall provide professional engineering management and supervision throughout the duration of the PROJECT. This effort will include the following elements: 1.1. Overall project management; 1.2. Progress monitoring; 1.3. Quality management, including review and back check of all deliverables; 1.4. Scheduling; 1.5. Monthly invoices and progress reports. David Evans and Associates, Inc. 1 Amendment 2, Tukwila Bridge Funding Project September 16th, 2014 Scope of Work 46 Deliverables: 1) One monthly invoice with a progress update for the duration of the PROJECT. 2.0 BRIDGE SOUNDINGS 2.1. The CONSULTANT shall conduct soundings from the upstream rail on twelve (12) City of Tukwila bridges. The data collected from the soundings will be analyzed in spreadsheet form. The datum will be matched to NAVD 88 and compared to as-built information to determine if significant scour has occurred over time. Results of the sounds will be included in the Summary Report listed in Task 4. Assumptions: 1) Plans for all twelve bridges exist in order to get as-built ground line. Deliverables: 1) One printed and one electronic scour sounding sheet for each bridge showing current ground line and as-built ground line. 3.0 SCOUR ANALYSIS 3.1. The CONSULTANT shall conduct a scour analysis on twelve (12) City of Tukwila bridges. The existing US Army Corps of Engineers HEC RAS model will be used for this analysis. Modeled cross sections will be compared to the sounding data collected in Task 1, but the model will not be modified. 3.2. The CONSULTANT shall prepare a Summary Report that includes the results of the scour analysis. This will serve as an addendum to the report already provided for the Tukwila 14 bridge over 42nd Avenue. A draft copy will be provided to the City for review and comment. Comments will be integrated into the final report. Assumptions: 1) As-built foundation plans and pile driving logs exist. Deliverables: 1) An electronic copy (PDF) of the Draft Report 2) An electronic copy (PDF) of the Final Report 4.0 KLICKITAT AVENUE PEDESTRIAN BRIDGE EMERGENCY RESPONSE On March 24, 2014, the City requested the CONSULTANT to respond to an emergency hillside slide that damaged a portion of the Klickitat Avenue pedestrian bridge. The CONSULTANT responded that day by inspecting the damage and then followed up with developing cost estimates for the City's FEMA application. The labor expended was 15 hours. II. GENERAL ASSUMPTIONS This Scope of Services is based on the following assumptions: David Evans and Associates, Inc. 2 Amendment 2, Tukwila Bridge Funding Project Scope of Work September 16th, 2014 47 1. The budget for the Scope of Services is based on a project oobedob:of0nuootbx. 2. The leve of effort for a given wocktaskioUodt*dbotbeumouotoflahocaodesPeu000bndicutedio Exhibit B. Out-of-scope services beyond these limits will be provided as Extra Work. DEA reserves the opportunity to shift budget between work tasks and between labor and expenses. DH.D000MENTS TO BE FURNISHED BY DEA The documents, exhibits, or other presentations as described as Deliverables under SCOPE OF SERVICES ("Documents") will be furnished by DEA to the CITY upon completion of the various tasks. Whether the Documents are submitted in electronic media or in tangible format, any use of the Documents on another p ject or on extensions of this p ject beyond the use for which they were intended, or any modification of the Documents, or conversion of the Documents to an alternate system or format will be without liability or legal exposure to DEA. The CITY will assume all risks associated with such use, ruodifiootiouo`nr conversions. DEA may remove from the electronic Documents delivered to the CITY all references to DEA's involvement and will retain a tangible copy of the Documents delivered to the CITY which will govern the interpretation of the Documents and the information recorded. Electronic files are considered working files only—DEA is not required to maintain electronic files beyond 90 days after project final billing, and makes no warranty as to the viability ofelectronic files beyond 90 days from date oftransmittal. IV. ITEMS AND SERVICES TO BE FURNISHED BY THE CITY The CITY will providc the foliowing items and services to DEA: 1. Unlimited access to all bridges DEA performs services on; 2. Bridge plans and pile driving records David Evans and Associates Inc. Amendment 2, Tukwila Bridge Funding Project Scope ofWork September 16th, 2014 48 Exhibit B City of Tukwila Bridge Funding Program Contract # 14 -019, Supplement #2 David Evans and Associates, Inc. 1 2 4 5 18 a Manager (PMGR) Resources Engineer N) n Engineer (DEEN) Project Adminis6atur (PADM) 9J/ Work Element * Work Element rr � '�j� DEA %% f d t rat@3 557 50 5 00 $48 70 $19 4k $28 3Ct r Tot `Tdtet '" ;19 1 Ib# Total) T+ I s J'JJ 1.0 Project Management 8 Qu ty Control 5 r 1.1 }Project Management 6 4 � 1, 1691 4`77% 1.2 Subconsultant Coordination 1.3 Develop and Update the Schedule nPress Reports and Invoices 4 i $340.66 7x91 %.,J 1.5 stings Coordination 1.6 Quality Assurance /Quality Control Review 4 12 J � � / $457 .43 $1,114 15 7:81 °l° 7,64% V11ark Elomeitt 7;ti Total 11 1 7 21 l i $3;887,16 JN6,,23% 2.0 Structural Inspection J�i l.irfif�iJ iii�l�" 2.1 Soundings 10.0 16 40 �y ; � f?Ji 'G 6 „,326.36 3150% Work Element 2.0 Totaf . -10 16 4 $6,326.36 37:60% 3.0 Scour Analysis 3.1 Scour Analysis 3 18 J $3,048,62 10.02% 3.2 Scour Analysis -Report 2 72 j, $10,464.89 $5 32% Work Element 3.6 Total 48.35' + 4.0 Klickltat Avenue Pedestrian Bridge Emergency Response 5.5 6 1 2 � $2,354 40 6F92% Work Element 4,0 Total 5,i5 6 1 % 2 % tTj , $2,3$4.40 6.92`yo EXPENSES ,.. %�, $124.00 PROJECT WORK ELEMENTS TOTALS 31.5 6 107 42 23 209.5 526,208.63 100.00% 49 Exhibit B City of Tukwila Bridge Funding Program Contract # 14-019, Supplement #2 David Evans and Associates, Inc. Direct Classification Hrs. x Rate = Cost 1 Project Manager (PMGR) Rich Hovde 32 $ 57.50 1,811.25 2 Construction Manager (CONM) Mo Sheikhizadeh 6 $ 65.00 390.00 4 Water Resources Engineer (WREN) Karen Comings 107 $ 46.70 4,996.90 5 Design Engineer (DEEN) Collin Fox ley 42 $ 19.50 819.00 18 Project Administrator (PADM) Jodi Wills 23 $ 28.30 650.90 Total Hrs. 210 Salary Cost Salary Escalation Cost (estimated) Escalation - % of Labor Cost Total Salary Cost Overhead Cost @ Net Fee @ Total Overhead & Net Fee Cost 0% per year @ 0 year(s) 170.94% of Direct Labor 30.0% of Direct Labor 8,668.05 0.00 8,668.05 14,817.16 2,600.42 17,417.58 Direct Expenses No. Unit Each Cost Reproduction Costs Copies 200 pages @ $0.06 /page $ 12.00 Reports 0 reports @ $15 /report $ Plans 0 sets @ $2 /set $ Parking 0 @ $8 $ Mail/Deliveries/Fed Ex 0 @ $20 $ Mileage 200 miles @ $0.560 /mile $ 112.00 Subtotal David Evans and Associates Total 50 124.00 26,209.63 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 14-019 CONTRACT FOR SERVICES Amendment # 1 Between the City of Tukwila and DEA Inc. That portion of Contract No. 14-019 between the City of Tukwila and DEA, Inc. is amended as follows: Section 3: Duration of Agreement; Time for Performance. This agreement shall be in full force and effect for a period commencing upon execution and ending December 31st, 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 produce required pursuant to this Agreement no later than June 30th, 2015 unless an extension of such time is granted in writing by the City. All other provisions of the contract shall remain in full force and effect. Dated this I `-> day of CITY OF TUKWILA , 20 ) CONSULTANT ATTEST/AUTHENTICATED CA: 2012 d Name/Title: Me t4 DAD P. t-to4 pt art. Pale CI PE a ck-rt bI i1o4GkL APPROVED AS TO FORM (LLLU r)1/17, City Attorney 6 /6 /4/4LS Page 1 of 1 51 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 14 7019 Council Approval .NM CONSULTANT AGREEMENT FOR BRIDGE FUNDING ASSISTANCE SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City ", and David Evans and Associates, 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 Bridge Funding Assistance services in connection with the project titled City of Tukwila Bridge Funding Project. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31st, 2014, 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 September 30th, 2014 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 38,194.20 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. M) ,2 bet /A%4-c --5 V 52 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, to the extent arising out of or resulting from the negligent acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. CA revised : 1 -2013 Page 2 53 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, and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self - insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days' notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. CA revised : 1 -2013 54 Page 3 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 55 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: .1)G-4% a C\ICor'\S (L„,0 n5` o 2 & & }mot✓ . ` °IGo)as- 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 I , 1 �J day of kr 1 cJ , 201 y . CITY OF TUKWILA CONSULTANT Mayor m Hagge Attest/Authenticated: City Clerk, Chiiy 0 F1ah`erty CA revised : 1 -2013 56 By: /// Vii /r4— Printed Name: Jeff Parker, PE Title: Senior Associate Approved as to Form: Office of the City Attorney Page 5 EXHIBIT A SCOPE OF SERVICES CITY OF TUKWILA BRIDGE FUNDING PROJECT I. PROJECT DESCRIPTION and DELIVERABLES PROJECT DESCRIPTION David Evans and Associates, Inc. (CONSULTANT) will provide professional engineering and support services in support of the Bridge Funding Project (PROJECT) under the direction of the City of Tukwila (CLIENT) as described in this Scope of Services. 1.0 PROJECT MANAGEMENT The CONSULTANT shall provide professional engineering management and supervision throughout the duration of the PROJECT. This effort will include the following elements: 1.1 Overall Project Management; 1.2 Total Project Cost Estimate(s); 1.3 Project Schedule; 1.4 Progress Monitoring and Reporting; 1.5 Client Coordination; 1.6 Monthly Invoices; 1.7 Quality Assurance. DELIVERABLES 1) One invoice per month along with a progress report for the duration of the PROJECT. 2.0 BRIDGE INSPECTION CONSULTANT will perform an unscheduled special inspection of the lower chords, gusset plates and floor beams of the truss to determine the amount of section loss present in support of grant funding applications towards bridge replacement or rehabilitation to the following bridge: TUKWILA -14, 42nd Ave South (SID 08109700) ASSUMPTIONS 1) King County maintenance crews will thoroughly clean the lower chords and panel points prior to inspection by DEA. DEA bears no responsibility for costs incurred from cleaning efforts. 2) Equipment rental (UBIT) will be provided by CLIENT. DELIVERABLES DAVID EVANS and ASSOCIATES, INC. 1 SCOPE of SERVICES 57 1) One unscheduled special inspection report detailing the amount of section loss in lower chords, gusset plates and floor beams. 2) Updated NBI codes, BMS quantities, and inspection report Notes 113, 126,152 and added BMS element 133 with notes. 4.0 SCOUR ANALYSIS The CONSULTANT will provide the following services to the following bridge to determine if the bridge is scour critical: TUKWILA -14, 42nd Ave South (SID 08109700) 4.3) Determine hydrology of drainage basin to estimate flows up to 500 -year flow; 4.4) Estimate scour calculation variables by using readily available information; 4.5) Perform scour analysis using HEC -18, Evaluating Scour at Bridges, Fifth Edition. ASSUMPTIONS 1) Basic information needed for performing scour analysis may be obtained from existing hydraulic studies on the Green and Duwamish Rivers by the US Army Corps of Engineers and will be utilized to reduce the costs to the CLIENT as opportunities present themselves and are agreeable to both CLIENT and CONSULTANT; 2) All foundation depths will be known, such that a complete scour analysis can be performed. DELIVERABLES 1) One scour analysis memorandum; 2) Updated NBI codes and inspection report Note 680. 5.0 LOAD RATING The CONSULTANT will use AASHTO's Manual for Bridge Evaluation 2011 2 "d edition, WSDOT's Bridge Design Manual 2012, and WSDOT's TRIAGE Gusset Plate analysis spreadsheet to provide the following services to determine the load carrying capacity of the lower gusset plates for the following bridge: TUKWILA -14, 42 "d Ave South (SID 08109700) 5.3) Review existing plans and documents; 5.4) Load rate the steel truss's lower gusset plates using WSDOT's TRIAGE Gusset Plate analysis spreadsheet, LRFR methods and sections from existing plans, and new sections from unscheduled special inspection. DELIVERABLES 1) One stamped and signed load rating; 2) Updated NBI codes and inspection report Note 11. ASSUMPTIONS 1) Existing bridge load rating will be modified as needed to reflect new conditions. 2) Gusset plates will be load rated using WSDOT's Triage gusset plate load rating program. DAVID EVANS and ASSOCIATES, INC. 2 SCOPE of SERVICES 58 7.0 SPECIAL STUDIES and FUNDING ASSISTANCE The CONSULTANT will provide the following services to the CLIENT in support of grant funding applications towards bridge replacements or rehabilitations up to the limit provided by the labor estimate in Exhibit B: DELIVERABLES 1) Summary recommendation of findings for all bridges. 7.5 BRIDGE SEISMIC PROGRAM The CONSULTANT will use minimal analysis and examination of existing bridge plans of the superstructure and substructure to identify opportunities where standard seismic retrofit designs would seismically strengthen the following bridges: TUKWILA -08, Grady Way Bridge (SID 08543600) TUKWILA -02, Frank Zepp Bridge (SID 08561400) ASSUMPTIONS 1) Our understanding is limited to that necessary for funding application assistance and not intended to identify a complete design for construction. DELIVERABLES 1) Redline markups of existing plans with standard seismic retrofit designs and locations; 2) A total project cost estimate that includes Preliminary Engineering, Final Design, Construction, Construction Management, Construction Engineering, and Construction Inspection for each bridge and as a combined seismic program for the four bridges. 7.6 BRIDGE PAINT PROGRAM The CONSULTANT will provide a visual paint inspectionand will review and update the NBI codes and BMS quantity to accurately reflect the deterioration of the paint for the following bridges: TUKWILA -13, Beacon Avenue South (SID 07996800) TUKWILA -02, Frank Zepp Bridge (SID 08561400) DELIVERABLES 1) Written paint assessment; 2) Updated NBI codes, BMS quantities, and notes on paint condition. 3) A total project cost estimate that includes Preliminary Engineering, Final Design, Construction, and Construction Inspection for each bridge. ASSUMPTIONS 2) Our understanding is limited to that necessary for funding application assistance and not intended to identify a complete design for construction. 3) It is assumed that there is existing lead paint on Tukwila -13 and the cost estimate will reflect removal or encapsulation of this lead paint. DAVID EVANS and ASSOCIATES, INC. 3 SCOPE of SERVICES 59 7.7 BRIDGE DECK & JOINT PROGRAM The CONSULTANT will provide a visual deck assessment, chain drag test to determine extent of delaminations, and will review and update the NBI codes and BMS quantity to accurately reflect the deterioration of the deck and joints for the following bridge: TUKWILA -02, Frank Zepp Bridge (SID 08561400) DELIVERABLES 1) Written assessment of deck and joint condition; 2) A total project cost estimate that includes Preliminary Engineering, Final Design, Construction, and Construction Inspection for a deck overlay project, a joint replacement project, and a combined deck & joint project. 3) Updated NBI codes, BMS quantities, and notes on deck and joint condition. II. GENERAL ASSUMPTIONS This Scope of Services is based on the following assumptions: 1. The budget for the Scope of Work is based on a project schedule of six months; 2. The level of effort for a given work task is limited to the amount of labor and expenses indicated in Exhibit B. Out -of -scope services beyond these limits will be provided as Extra Work. DEA reserves the opportunity to shift budget between work tasks and between labor and expenses. III. DOCUMENTS TO BE FURNISHED BY DEA The documents, exhibits, or other presentations as described as DELIVERABLES under SCOPE OF SERVICES ( "Documents ") will be furnished by DEA to the CLIENT upon completion of the various tasks. Whether the Documents are submitted in electronic media or in a tangible format, any use of the Documents on another project or on extensions of this project beyond the use for which they were intended, or any modification of the Documents, or conversion of the Documents to an alternative system or format will be without liability or legal exposure to DEA. The CLIENT will assume all risks associated with such use, modifications, or conversions, DEA may remove from the electronic Documents delivered to the CLIENT all references to DEA's involvement and will retain a tangible copy of the Documents delivered to the CLIENT which will govern the interpretation of the Documents and information recorded. Electronic files are considered working files only — DEA is not required to maintain electronic files beyond 90 days after project final billing, and makes no warranty as to the viability of electronic files beyond 90 days from date of transmittal. IV. ITEMS AND SERVICES TO BE FURNISHED BY THE CLIENT The CLIENT will provide the following items and services to DEA: 1. Under Bridge Inspection Truck (UBIT) for the unscheduled special inspection; 2. Traffic control for all of the unscheduled special inspections; 3. Unlimited access to all bridges DEA performs services on; 4. Bridge plans, pile driving records, and other pertinent files to assist DEA fulfill the contract efficiently. DAVID EVANS and ASSOCIATES, INC. 4 SCOPE of SERVICES 60 Cost Estimate Summary City of Tukwila Bridge Funding Program Project COST HOURS LABOR TOTAL $ 37,678.80 267 PROJECT MANAGEMENT $ 3,485.54 30 BRIDGE INSPECTION $ 4,929.42 37 TUNNEL INSPECTION $ - 0 SCOUR ANALYSIS /MITIGATION $ 6,486.72 40 LOAD RATING $ 8,982.09 54 ASSET MANAGEMENT $ - 0 SPECIAL STUDIES & FUNDING ASSISTANCE $ 13,795.02 106 DIRECT COST TOTAL $ 515.40 Total Reproduction Costs $ 12.00 Total Travel Costs $ 203.40 Total Subconsultant Costs $ Total Equipment Costs $ 300.00 TOTAL NOT -TO- EXCEED $ 38,194.20 EXHIBIT B Tukwila BridgeFunding -V2 - RPH.xlsx Summary 1/30/2014 61 1.0 1.1 1.2 1.3 1.4 1.5 1.6 1.7 2.0 2.1 2.2 2.3 2.31 2.32 2.33 2.34 2.35 2.4 2.5 2.6 2.7 3.0 3.1 3.2 3.3 3.4 3.5 3.6 3.7 4.0 4.1 4.2 4.3 4.4 4.5 4.6 4.7 4.8 4.81 4.82 4.83 4.84 4.9 5.0 5.1 5.2 5.3 5.4 5.5 5.6 Labor Estimate City of Tukwila Bridge Funding Program Project PROJECT MANAGEMENT David Evans & Associates Subcon-ultants O g °p F 'cu ,� w w � a 3 c w �w 4 Project Management 6 3 Bridge Inspections TUKWILA -14 Hydrology Cost Estimates 2 4 2 Survey, Cross Sections Project Schedules 4 1 Hydraulic Modeling Progress Monitoring & Reporting 1 1 Scour Analysis /Hydraulic Report Client Coordination 2 2 Update NBI Codes /Report Monthly Invoices 5 8 8 Scour Mitigation Design Quality Assurance 10 4 2 8 Repair Alternatives Analysis Project Management Total Hours 19 BRIDGE INSPECTION 11 0 0 0 0 0 0 0 0 0 0 Scheduling TUKWIIA-14 1 Travel 4 6 4 Bridge Inspections TUKWILA -14 Hydrology Routine 2 4 2 Survey, Cross Sections Fracture Critical 4 40 Hydraulic Modeling Special Feature 1 Scour Analysis /Hydraulic Report Underwater 20 5 Update NBI Codes /Report Unscheduled Special 2 8 8 Scour Mitigation Design Inspection Reports 2 8 Repair Alternatives Analysis Repair List Permit Assistance Executive Summary CAD Support Quality Control Review 1 1 PS &E Bridge Inspection Total Hours TUNNEL INSPECTION 1 5 11 0 20 0 0 0 Scheduling Travel Inspection Inspection Reports Repair List Executive Summary Quality Control Review Tunnel Inspection Total Hours 0 0 0 0 0 0 0 0 0 0 0 0 SCOUR ANALYSIS /MITIGATION TUKWIIA-14 Travel Site Visit & Review Existing Data 6 Hydrology 2 4 2 Survey, Cross Sections 4 40 Hydraulic Modeling 1 Scour Analysis /Hydraulic Report 20 5 Update NBI Codes /Report 2 Scour Mitigation Design Repair Alternatives Analysis Permit Assistance CAD Support PS &E Quality Control Review 2 2 2 Scour Analysis /Mitigation Total Hours 2 36 0 2 0 0 0 0 0 0 LOAD RATING TUKWILA•14 Travel Site Visit Document Review 4 2 Load Rate 40 Summary Sheet /Update NBI 1 Quality Control Review 2 5 Load Rating Total Hours 6.0 ASSET MANAGEMENT 6.1 6.2 6.3 6.4 6.5 7.0 7.1 7.2 7.3 7.4 7.41 7.42 62 Travel 0 3 49 0 2 0 0 0 0 Asset Definition Inventory Assets Minimum Performance Level Develop Action Plan Asset Management Total Hours 0 SPECIAL STUDIES & FUNDING ASSISTANCE 0 0 0 0 0 0 0 0 0 0 0 Travel Review Existing Files Grant Applications 10 Bridge Replacement Program Site Visit /Scoping Notes New Bridge Alignment - aerial TukwilaBridgeFund ng- V2- RPH.xlsx Hours EXHIBIT B $ 38,194.20 7.43 7.44 7.5 7.51 7.52 7.53 7.6 7.61 7.62 7.63 7.7 7.71 7.72 7.73 Labor Estimate City of Tukwila Bridge Funding Program Project 0 n n n 0 0 QA Review /Funding Assistance Total Hours 30 30 26 TukwilaBridgefunding- V2- RPH.xlsx Hours EXHIBIT B $ 38,194.20 63 David Evans & Associates 5 5ubconsultants Office Manager Bridge Operalinn Manager Senior Bridge Engineer Engineer 3 Engineer 2 Construction Manager OV3 Surveyor Water Resource Engineer Geotech Engineer Divers Plan /Elevation /Cross Section . . Cost Estimate Bridge Seismic Program T TUKWILA -08, TUKWILA -02 Plan Review 1 10 Seismic Retrofit Sketches 1 10 Seismic Retrofit Cost Estimate 5 5 2 2 1 10 Bridge Paint Program T TUKW ILA -13, TUKWILA -02 Paint Inspection 2 2 2 2 Paint Assessment 2 2 6 6 Paint Cost Estimate 9 9 4 4 6 6 Update NBI & BMS 1 1 Bridge Deck & Joints Program T TUKWILA-02 Deck & Joint Inspection 6 6 6 6 Inspection Assessment 2 2 2 2 2 2 Deck & Joint Cost Estimate 4 4 2 2 4 4 . 0 QA Review /Funding Assistance Total Hours 30 30 26 TukwilaBridgefunding- V2- RPH.xlsx Hours EXHIBIT B $ 38,194.20 63 64 Reproduction Direct Costs City of Tukwila Bridge Funding Program Project Unit Quantity Cost Rate EXHIBIT B Cost Copies 30 Page 200 $ 0.06 $ 12.00 Reports Mileage, Olympia to Tukwila Each 3 $ 15.00 $ - Plans $ 169.50 Set $ 2.00 $ - Binders $ - Each $ 3.00 $ - Mail & Deliveries Fed Ex Each 0 $ 20.00 $ - Travel RT Distance Trips Unit Total Reproduction Costs Quantity Cost Rate Cost Mileage, Bellevue to Tukwila 30 2 Mile 60 $ 0.565 $ 33.90 Mileage, Olympia to Tukwila 100 3 Mile 300 $ 0.565 $ 169.50 Lodging Day $ - $ 100.00 $ - Per Diem Day $ - $ 46.00 $ - Parking 0 Day $ - $ 20.00 $ - Subconsultants Vendor Unit Quantity Total Travel Costs $ 203.40 Cost Rate Cost Geotechnical Engineers Shannon & Wilson Hour $ - Divers Collins Hour $ - Underwater Report Collins Each $ - Flaggers National Barricade Hour $ - Paint Testing King County Lab Each 0 $ 3,000.00 $ - Equipment Vendor Unit Total Subconsultant Costs Quantity Cost Rate Cost UB -30 Hi -Rail Bridge Access Specialties Hour $ - UB-30 Driver Bridge Access Specialties Hour $ - UB-30 Operator Bridge Access Specialties Hour $ - UB-30 Mobilization fee Bridge Access Specialties Each $ - U B -60 City of Seattle Hour $ 250.00 $ - UB-60 Driver city of Seattle Hour $ 100.00 $ - UB-60 Operator City of Seattle Hour $ 100.00 $ - Bucket Truck Hertz Day $ - Genie Lift Hertz Day $ - Ultrasonics, D -meter Inspection Technologies Week 1 $ 300.00 $ 300.00 Total Equipment Costs $ 300. Total Direct Costs Tukwila BridgeFunding- V2- RPH.xlsx Direct Costs $ 515.40 Project Management Total Hours Bridge Inspection Total Hours Tunnel Inspection Total Hours Scour Analysis /Mitigation Total Hours Load Rating Total Hours Asset Management Total Hours QA Review /Funding Assistance Total Hours Total Labor Hours per Discipline 2014 Cost Rates Overhead Rate Fee Hours, Overhead and Fee Breakdown City of Tukwila Bridge Funding Program Project David Evans & Associates Subconsultants Office Manager Bridge Operation Manager Senior Bridge Engineer Engineer 3 Engineer 2 Construction Manager 0 a u BLS Surveyor Surveyor Water Resource Engineer Geotech Engineer 30.0% 19 11 0 0 0 0 0 0 0 0 0 0 1 5 11 0 20 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 36 0 2 0 0 0 0 0 0 0 0 0 3 49 0 2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 30 20 30 0 26 0 0 0 0 0 0 0 Labor Cost Overhead Cost Fee Cost Effective Adjusted Rate $ 28.00 $ 55.00 1 $ 55.00 1 $ 40.00 1 $ 35.00 I $ 65.00 1 $ 37.20 I $ 48.00 I $ 34.00 I $ 45.30 I $ 200.00 1 $ 300.00 176.556% 176.556% 176.556% 176.556% 176.556% 176.55656 176.556% 176.556% 176.556% 176.556% 0% 0% 30.0% 30.0% 30.0% 30.0% 30.0% 30.0% 30.0% 30.0% 30.0% 30.0% 0% 0% Project Management Cost Bridge Inspection Cost Tunnel Inspection Cost Scour Analysis Cost Load Rating Cost Asset Management Cost QA Review /Funding Assist Cost Total Labor Cost by Discipline $ 1,456.00 $ 4,125.00 $ 4,950.00 $ 80.00 $ 1,680.00 5 - 5 - 5 - 5 - $ - $ 200.00 5 300.00 $ 2,570.66 $ 7,282.94 5 8,739.52 $ 141.24 $ 2,966.14 $ - $ - $ - $ - 5 - $ - $ - 5 436.80 $ 1,237.50 $ 1,485.00 $ 24.00 $ 504.00 $ - $ - $ - $ - $ - $ - $ - 306.6% 306.6% 306.6 %1 306.6% 306.6% 306.6% 306.6% 306.6% 306.696 306.6% 100.0% 100.0% $ 1,631 5 1,855 5 - 5 - $ - 5 - $ - $ - 5 5 $ - 5 $ 86 $ 843 $ 1,855 5 - $ 2,146 $ - $ - 5 - $ - $ - $ - $ - 5 - $ - $ - $ - $ - $ - $ - $ - $ - 5 - $ - 5 5 172 $ 6,070 $ - $ 245 $ - 5 - 5 - $ - $ - $ - $ - $ - 5 - $ 506 $ 8,262 5 - $ 215 5 - $ - 5 - $ - 5 - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 5 - 5 - 5 - 5 2,575 5 3,372 $ 5,058 $ - $ 2,790 $ - $ - 5 - $ - $ - $ - $ - $ 4,463 $ 12,645 $ 15,175 1$ 245 $ 5,150 $ - Total Labor Cost by Task 3,485.54 4,929.42 0.00 6,486.72 8,982.09 0.00 13,795.02 9.3% 13.1% 0.096 17.2% 23.8% 0.0% 36.6% 37,678.80 100.0% EXHIBIT B 66 TRANSPORTATION COMMITTEE - Meeting Minutes September 22, 2014 — 5:15 p.m. — Foster Conference Room City of Tukwila a Transportation Committee PRESENT Councilmembers: Allan Ekberg, Chair; Dennis RObertSVn, Kate Kru|kar Staff: [}avid Cline, Bob Giberson, Robin Tischmak, Gail Labanara, Grant Griffin, Dave Gonensen, Laurel Humphrey CALL TO ORDER: Committee Chair Ekberg called the meeting to order at 5:15 p.m. I. PRESENTATIONS No presentations. U. BUSINESS AGENDA A. Consultant Selection: 2015 Overlay and Repair Proqram Staff is seeking Council approval to enter into a contract with KPG, Inc. in the amount of $136.72728 to provide design services for the 2015 Overlay and Repair Rrogram. KPG, Inc. was selected from an evaluation pool of five firms due to their experience with the City and with the overlay program in particular. The purpose of this project is to construct asphalt and concrete pavement overlays at various sections of roadway throughout the City, and the design contract includes 0 potential locations for 2O15.A total Of$130.727.28is budgeted, including Q80.727.2O remaining from the 2014 Frogram. UNANIMOUS APPROVAL. FORWARD TO OCTOBER 6, 2014 REGULAR CONSENT AGENDA. B. Supplemental Agreement: 2014 Bridge Inspections and Repairs Staff is seeking Council approval of Supplemental Agreement No. 2 to Contract No. 14-019 with David Evans and Associates, Inc. (DEA) in the amount of $O4.4O5.O3 for engineering services for the Bridge Funding Assistance Services Project. VVhi|epenearuhinythesoourana|yoisfortha42»d Avenue South Bridge as part of the base nontract. DEA discovered that the US Army Corps of Engineers had developed computer flow models for the entirety of the Green/Duwamish River. These models establish the groundwork for lower-cost scour analysis for 12 additional City bridges, and the supplement will allow DEA to perform this work as well as emergency work on the Klickitat Dr elevated walkway. Staff distributed a map and list of Tukwila's bridges with sufficiency ratings and a copy of federal bridge inspection standards. The Committee will receive a briefing on the overall annual bridge inspection program later this yoar, including new requirements relating to Ioad ratings. UNANIMOUS APPROVAL. FORWARD TO OCTOBER 6, 2014 REGIJLAR CONSENT AGENDA. U|. SOUTH COUNTY AREA TRANSPORTATION BOARD (SCATBD) MEETING A summary of the July 15, 2014 meeting was included in the committee packet. Councilmember Robertson requested additional information regarding the Washington State Council of Fire Fighters resolution on oil train safety. 68 City of Tukwila CITY ADMINISTRATOR REPORT The City of opportunity, the community of choice TO: Mayor Haggerton Councilmembers FROM: David Cline, City Administrator DATE: October 1, 2014 SUBJECT: Report for October 6, 2014 Regular Council Meeting Jim Haggerton, Mayor The City Administrator Report is meant to provide the Council, staff and community an update on the activities of the City and on issues that concern Tukwila. Please let me know if you have any questions or need additional information about any of the following items. Intergovernmental Update • ICMA Annual Conference: City Administrator David Cline attended the ICMA Annual Conference in Charlotte, North Carolina and gave a presentation about Private Public Partnerships and the path taken to make Tukwila Village a reality. • Tourism Promotion Area Formation: In the spring the City Council adopted an ILA with the cities of SeaTac and Des Moines to form a Tourism Promotion Area (TPA). Under the ILA, the City of SeaTac will act as the legislative authority for the TPA and conduct all required hearings. A public hearing for formation of the TPA has been scheduled for Tuesday, October 14 at 6:30 P.M. The hearing will take place at SeaTac City Hall. • King County City Administrators/Managers Meeting: At the recent monthly meeting, the following items were discussed: • Federal Partnerships: staff from each of the local congressional offices discussed how cities can partner with the federal government on grants, events and resident services. • Solid Waste Update: King County provided an update on their long-term planning efforts, which includes an increased goal for recycling. • Community Events • Tukwila Heritage & Culture Celebration: The 4th Annual Taste of Tukwila, A Community Heritage and Cultural Festival had approximately 300 Foster High School students and community members attend to enjoy food samples prepared by Project Fest. The samples represented a variety of countries, many of which are represented at Foster High School. The Old Spaghetti Factory attended the event and provided free spumoni ice cream. The Spirit of Ojah and Gansango performed, as well as a youth Mexican dance group and an Indian dance group. Staff from City Departments hosted booths and assisted at the Cultural and Heritage Festival at Foster High School. The event was very well attended by students, families, district personnel, City Councilmembers, Commission members and others, • Physicals and Immunizations: Four immunization and physical clinics are scheduled between September 27-October 18 available through collaboration between the School District, Human Services, HealthPoint and Swedish Providence. • Volunteer Appreciation Eat & Greet Event: The annual appreciation event to honor our City volunteers will be held on Thursday, October 9 from 5:30-7pm at the Tukwila 69 City Administrator Report Page 2 Community Center Social Hall. Dessert and drink samplings from around the world will be provided by P ject Feast. Please RSVP to Shannon Fisher at Tukwila Community Center, (206) 768-2822. � HERO Scholarship Fundraising Event: The Pizza with a Purpose — California Pizza Kitchen event will be held on Tuesday, October 14 at the California Pizza Kitchen located at 150 Andover Park West. Tukwila Parks & Recreation will receive 20% of all purchases including dine-in, take out, catering and beverages the entire day (must present flier) Funds from this event will be used specifically to support scholarships for the youth basketball league program. � Trash or Treasure: The first Antique Appraisal Fundraiser will be held on Saturday, October 18.1O:3Oann-1:5Opnnot the Tukwila Community Center. Free entry, with a $5 suggested donation for each appraised item. Donations proceeds support recreation program scholarships. • Gully Gardens: The dedication of Gully Gardens is scheduled for Satunday. October 25 at 10:00 a.m. The dedication sign will be unveiled and light refreshments will be served. Staff Updates Public Safety • Citizen's Academy: The police department has reinstated their Citizen's Academy. This first class of 7 students/citizens met on September 24 and will meet one evening a week for the next two months. Mayor Haggerton opened the class with a warm vve|conne, followed by Deputy Chief Linton. The first class consisted of reviewing the police department recruiting process and a tour of the police department facilities and vehicles. The class was well received and a lot of great questions were fielded. Project Updates • Washington Place Groundbreaking: On Thursday, September 25, Mayor MagQerton, Council President Quinn, Councilmembers Duffie, Seal, Hougardy, and Kruller, City Administrator David Cline, and numerous City staff attended the groundbreaking for Washington Place. Former Governor Gary Locke was also in attendance. The event was reported in the Seattle Times and numerous other media outlets. • Klickitat Drive Siope Repair: WSDOT's contractor has mobilized and begun work to remove and replace the unstable hillside and ensure slope stability. All work is scheduled to be completed by early November. Their traffic control is simplified by the recent removal of stop signs on Klickitat at the SR 518 off-ramp. � Permit System: The City's permitting system is back up and running. Staif had to enter data for approximately 50 permits and enter 136 inspection results. * Lean - Next Steps: Larisa Benson met with Code Enforcement on next steps for the Lean process. The next mapping session is scheduled for October 16. Brian Willett from the State Auditor's Office has also provided 2 recent Lean workshops for about 25 staif — Logic Models and Performance Measures. ° City Facilities Study: Staif has ramped up the public outreach and engagement effort with recent presentations to TIBAC, COPCAB and Tukwila Rotary. Upcoming presentations include Chamber of Connnneroe. Friends of the Hill, Southcenter Rotary, Planning Cornmniaa\on, Historical Society, Equity and Diversity Connrnisoion, Human Services Connnnisaion, Library Advisory Board, Arts Commission, Parks Commission, and Sustain Tukwila Pool. The next Steering Committee will be planned after a summary of these presentations has been prepared. • Outdoor Fitness Equipment: Equipment has been installed adjacent the playground at Joseph Foster Park. The equipment was funded largely in part from a grant from King County and is part of the ICANN initiative in South King County. 70 City Administrator Report Page 3 Community Services • Clean and Green Event: On Saturday, September 27 the City partnered with Waste Management to provide a bulky item collection event at the Tukwila Community Center, and for the first time, Saar's Super Saver Foods on International Boulevard. Both events were very well attended. 71 72 Upcoming Meetings & Events October2014 6th (Monday) 7th (Tuesday) 8th (Wednesday) 9th (Thursday) 10th (Friday) 11th(Saturday) Council Chat Civil Service Finance & COPCAB, Commission, Safety Cmte, Cancelled 10:00 AM to 5:00 5:30 12:00 N PM PM OON (Hazelnut (Hazelnut Stop by and Conference Conference informally talk with a Room) Room) Tukwila City Councilmember about anything on your Utilities Cmte, Arts mind regarding 5:15 PM Tukwila. Commission, (Foster 5:30 PM Foster Golf Links Conference (Community Clubhouse Room) Center) (13500 Interurban Ave S) Library City Council Advisory Executive Board, Session, 7:00 PM 6:30 PM (Community (Hazelnut Center) Conference Room) City Council Regular Mtg., 7:00 PM (Council Chambers) 13th (Monday) 14th (Tuesday) 15th (Wednesday) 16th (Thursday) 17th (Friday) 18th(Saturday) Volunteer Work Transportation Community Park Tukwila Parties: Duwamish Cmte, Affairs & Parks Commission, Historical Hill Preserve and on 5:15 Cmte, 5:30 Society, PM PM the Duwamish (Foster (Community 5:30 7:00 PM PM Shoreline Conference (Hazelnut Center) (Tukwila 10:00 AM –1:00 PM Room) Conference Heritage & For more information Room) Cultural Center, visit: th 14475 59 Ave www.forterra.org/ S.) City Council events Committee of Tukwila the Whole Mtg., International Tukwila Pool 7:00 Boulevard PM Birthday Party! (Council Action Cmte, 3:00–5:00 PM Chambers) 7:00 PM FREE swim fun! (Community For more information Center) call 206- 267-2350 Arts Commission: Contact Stephanie Gardner at 206-767-2342. 1st Tues., 5:30 , Tukwila Community Center. PM Chamber of Commerce’s Tukwila Government and Community Affairs Committee: Quarterly, 12:00 Noon, Chamber Offices. City CouncilCommittee of Whole (C.O.W.)Meeting: 2nd & 4th Mon., 7:00 , Council Chambers at City Hall. PM City Council Regular Meeting: 1st & 3rd Mon., 7:00 , Council Chambers at City Hall. PM Civil Service Commission: Contact Kim Gilman at 206-431-2187. 1st Mon., 5:00 , Hazelnut Conf. Room. PM Community Affairs & Parks Committee: 2nd & 4th Tues., 5:30 ,Hazelnut Conf. Room. PM COPCAB (Community Oriented Policing Citizens Adv. Board): Contact 2nd Thurs., 6:30 , Duwamish Conference Room. PM Chris Partman (206-431-2197). Equity & Diversity Commission: Contact Joyce Trantina at 206-433-1868. 1st Thurs., 5:15 , Hazelnut Conf. Room. PM Finance & Safety Committee: 1st & 3rd Tues., 5:30 , Hazelnut Conf. Room. (A) A contract withBall Janik for 2015- 2016 PM lobbying services. (B) A resolution cancelling past due accounts receivable. (C) A lease agreement with Alliance One. (D) An ordinance amending Ordinance No. 2410 relating to public defense services. (E) A contract with Kirshenbaum & Goss for 2015 – 2016 public defender services. (F) A contract with Kenyon Disend for 2015-2016 City Attorney service. (G) An Interlocal Agreement with the Tukwila School District for after school programming. Library Advisory Board: Contact Stephanie Gardner at 206-767-2342. 1st Tues., 7:00 ,Community Center. PM Park Commission: Contact Dave Johnson at 206-767-2308. 3rd Wed., 5:30 , Community Center. PM th Planning Commission/Board of Architectural Review: Contact Wynetta 4 Thurs.,6:30 , Council Chambers at City Hall. PM Bivens at 206-431-3670. Transpor tation Committee: . 2nd&4thMon., 5:15 ,Foster Conf. Room PM th Tukwila Historical Society: Contact Joan 3rd Thurs., 7:00 , Tukwila Heritage & Cultural Center, 14475 59 Avenue S. PM Hernandez at 206-248-0260 . Tukwila Int’l. Blvd. Action Cmte: Contact Chief Villa at 206-433-1815. 2nd Tues., 7:00 , Tukwila Community Center. PM Utilities Committee: A) Tukwila 205 Levee Certification –Consultant Selection and 1st & 3rd Mon., 5:15 , Foster Conf. Room( PM Agreement. (B) East Marginal Way South Stormwater Outfalls –Grant Applications. 73 Tentative Agenda Schedule MONTH MEETING 1- REGULAR MEETING 2 - C.O.W. MEETING 3 - REGULAR MEETING 4 - C.O.W. October 6 See agenda packet cover sheet for this week's agenda (October 6, 2014 Regular Meeting). 13 Special Issues: 20 Special Issues: 27 Special Presentation: - Budget discussion. After- action report for emergency declared due to IT infrastructure failure. - Comprehensive Plan Elements ordinance. - Ordinances relating to the rezone of two properties on the south side of South 180th Street and Andover Park West. A resolution amending the "Tukwila, City of Opportunity Scholarship" program to increase the funding level and refine procedures. Police Sergeant Promotions. Special Issues: Draft Communications Plan. November 3 Special Presentations: 10 Public Hearings: 17 Unfinished Business: 24 - Update on Community Schools Collaboration. - Duwamish Habitat Restoration: Opportunities for Chinook Recovery. - An ordinance increasing the regular property tax levy one percent from the previous year beginning January 1, 2015, on all property, both real and personal, in compliance with RCW 84.55.120. - Changes to the adopted 2013 -2014 Budget and a resolution adopting the 2014 -2019 Capital Improvement Program. - 2015 -2016 Biennial Budget. - 2016 -2020 CIP. Special Issues: - Tax Levy Legislation. - MPD Transition Plan Update. - Tax Levy Legislation. - Discussion on an ordinance increasing the regular property tax levy one percent from the previous year commending January 1, 2015. - An ordinance Discussion on the ordinance adopting the 2015 -2016 biennial budget. 74