Loading...
HomeMy WebLinkAboutReg 2014-10-06 Item 4D - Agreement - 2015 Annual Overlay and Repair Program Design with KPG Inc for $136,727.28City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Transportation Committee t FROM: Bob Giberson, Public Works Director i- BY: David Sorensen, Project Manager DATE: September 19, 2014 SUBJECT: 2015 Overlay and Repair Program Project No. 91510401 Consultant Selection and Agreement ISSUE Execute a contract 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 of streets for the 2015 Overlay and Repair Program was developed using the City's Pavement Management System, with input from engineering and maintenance staff. DISCUSSION KPG, Inc. has provided a contract. scope of work, and fee estimate to complete design of the 2015 Overlay and Repair Program and advertise for construction bids. Locations in Design Contract 1) S 1241n St - 42rd Ave S to 50th PI S 2) 48th Ave 5 - Interurban Ave S to east dead end 3) Gateway Dr - Loop road east of Interurban Ave S 4) Southcenter Blvd - Interurban to Macadam 5) Tukwila Pkwy - Andover Pk W to "T" line bridge 6) S 1800 St - Southcenter Pkwy to 5 180th St Bridge (Spot Improvements) 7) 53'd Ave S - S 144th St to S 139^" St 8) S 164th St- Repair rutting in eastbound approach to 51st Ave 5 Contract 2015 Design Budget 2016 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 $136 727 28 $25,000.00 RECOMMENDATION Council is being asked to approve the design contract with KPG, Inc. for the 2015 Overlay and Repair Program in the 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 Consultant Agreement. Scope of Work and Fee Estimate W:IPW Eng1PROJECTS1A- RW & RS ProjectslAnnual Overlay & Repair Programs12015 Overlay & Repair Program1Design \Design Consultant SelectionlTo TC1Info Memo Consult Select 2015 Overlay- sh .docx 15 2015 Overlay Program — Contract for Design Services Jason Engineering 1 David Evans Associate 0 c a 0 m 0 c — 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 18 2015 OVERLAY PROGRAM CANDIDATE STREET SEGMENTS CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2015 to 2020 PROJECT: Annual Overlay and Repair Program Project No. 91310401 DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets. JUSTIFICATION- STATUS: MAINT. IMPACT: COMMENT: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects. Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay. Reduces annual maintenance. 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 (RJW) 0 Canst. Mgmt. 175 175 175 200 200 225 225 230 1,605 Construction 1,125 1,250 1,260 1,300 1,320 1,325 1,330 1,340 10,250 TOTAL EXPENSES 48 1,400 1,550 1,560 1,650 1,670 1,725 1,730 19745 13,078 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 48 1,400 1,550 1,560 1,650 1,670 1,725 1,730 1,745 13,078 TOTAL SOURCES 48 1,400 1,550 1,560 1,650 1,670 1,725 1,730 1,745 13,078 2015 - 2020 Capital Improvement P rogram 18 19 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: CONSULTANT AGREEMENT FOR ENGINEERING DESIGN SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City ", and KPG, Inc., hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform engineering design services in connection with the project titled `2015 Overlay Program'. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2015, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than 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 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 $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 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. 21 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. fir. 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 limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non- owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. CA revised 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. 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 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 bonafidc 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 bonande employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such . fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non- Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the 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. GA revised 2012 Page 4 24 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: KPG, 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 be of any force or effect unless it is in writing and signed by the parties. DATED this day of , 20 CITY OF TUKWILA CONSULTANT Mayor 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'h Street o S 124'h 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 144' Street to S 1391 Street Repair, rutting in eastbomnd 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 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 I -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 @ $1001cntrin 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. Sinccrel Didrik A. Voss, P.E. Chief Engineer P833 32 MISIRMONMENI Ni' 1 1 !fir rp ill uI City of Tukwila fi State Functional Class State FC masterMap,USER2 1.6 17 =NE 114 OVA 33 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 $ 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 $ 13,000:00 Task Totals 8 i 0 l_ 10 1 0 4 l 0 i _ 0 _ 1 2 1 0 l$ 16,157.79 Total Estimated Fee: $ 136,727.28 ' Hourfy rates are based on the following: Direct Salary Costs $ 65.001 $ 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 TRANSPORTATION COMMITTEE - Meeting Minutes September 22. 2014 — 5 :15 p.m. — Foster Conference Room City of Tukwila Transportation Committee PRESENT Councilmembers: Allan Ekberg, Chair, Dennis Robertson, Kate Kruller Staff: David Cline, Bob Giberson, Robin Tischmak, Gail Labanara, Grant Griffin, Dave Sorensen, Laurel Humphrey CALL TO ORDER: Committee Chair Ekberg called the meeting to order at 5:15 p.m. 1. PRESENTATIONS No presentations. 11. 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 2015. A total of $136,727.2$ is budgeted, including $36,727.28 remaining from the 2014 Program, 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 $64,403.83 for engineering services for the Bridge Funding Assistance Services Project. While researching the scour analysis for the 42 " Avenue South Bridge as part of the base contract, 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 Tower -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. III. 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. 37