Loading...
HomeMy WebLinkAboutTrans 2014-10-13 Item 2A - Agreement - Combined Intersection Improvement Designs with KPFFTO: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committee FROM: Bob Giberson, Public Works Director BY: Cyndy Knighton, Senior Program Manager DATE: October 10, 2014 SUBJECT: Combined Intersection Improvement Projects Project Nos. 99110405, 90310405, 99310410, 99510405, 90610405 Consultant Selection and Agreement ISSUE Authorize the Mayor to execute a consultant agreement with KPFF in the amount of $315,425 to provide engineering design services for the Combined Intersection Improvement projects. BACKGROUND In December 2005, the Council passed Ordinance 2111 which implemented the city -wide Traffic Impact Fee program. Impact fees have been collected from all developments generating new P.M. peak hour trips throughout the City. Five intersection projects which are on the current impact fee list have been combined into a package for design or feasibility analysis to make a more effective project for management as well as provide a project with enough budget to attract quality firms to compete to do the work. Those intersections are shown on the table below. DISCUSSION Three firms who submitted qualifications and were interviewed were all highly qualified. The selection team had a difficult choice but ultimately selected KPFF for the project. The other two firms interviewed were Joseph Couples Engineering and Blueline and the scoring is shown on the attached matrix. FINANCIAL IMPACT The combined budget for the five projects is $332,000. The Andover Park E /Industry Dr and Andover Park E /Minkler intersections are only scoped through the 60% design level and additional funds will be required to complete the design. More impact fees than the current budget have been collected to date for the Macadam Rd /S 144th St and S 133rd St/SR 599 projects. Intersection Description Budget KPFF Fee Andover Pk E /Industry Dr New traffic signal $100,000 $104,130 Andover Pk E /Minkler Blvd New turn lanes and signal phasing 120,000 123,715 W Valley Hwy /S 156th St Feasibility for east side, south of S 156th St 75,000 33,330 S 133rd St /SR 599 SB On /Off Feasibility to improve capacity & safety 20,000 24,960 Macadam Rd & S 144th St Feasibility to improve NB capacity 17,000 29,290 Total Budget $332,000 $315,425 RECOMMENDATION Council is being asked to approve the consultant agreement with KPFF in the amount of $315,425 to provide engineering design services for the Combined Intersection Improvement Projects and consider this item on the Consent Agenda at the October 20, 2014 Regular Meeting. Attachments: Consultant Selection Scoring Summary Consultant Agreement with Exhibits CIP Sheets W:1PW EngIPROJECTSIA- RW & RS ProjectslCombined Intersection Improvement Projectsll NFORMATION MEMO - Consultant Selection - sb.docx 1 Combined Intersection Improvement Projects Project Understand and Approach Project Manager - Overall Team - Overall Ability to work with City Staff Grand Total a' E E 0 U INTERVIEW SCORING Reviewer: Consolidated Submitter (Alphabetical Order) 25 25 25 25 100 Suggested range of scoring equivalent to a letter A=20-25 A=20-25 A=20-25 A=20-25 grade where an A is exceptional, a B is very good, a C B=15-19 B=15-19 B=15-19 B=15-19 is acceptable, and a D is needs improvement. . C=10-14 D =5 -9 C=10-14 D =5 -9 C=10-14 D =5 -9 C=10-14 D =5 -9 19 22.5 20.5 20 82 Joseph Couples Engineering 22 18.5 21.5 22 84 KPFF 20.5 19.5 20 20 80 Blueline 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 KPFF Consulting Engineers, 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 Combined Intersection Improvement Projects. 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 $315,425.00 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment 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. 3 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, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 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 : 1 -2013 Page 2 4 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 : 1 -2013 Page 3 5 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 6 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: 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. DATED this CITY OF TUKWILA Mayor, Jim Haggerton day of ,20 CONSULTANT By: Printed Name: Title: Attest /Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney CA revised : 1 -2013 Page 5 7 EXH/B /TA CITY OF TUKWILA COMBINED INTERSECTION IMPROVEMENT PROJECTS SCOPE OF SERVICES PROJECT UNDERSTANDING This project involves the preparation of plans, specifications, and cost estimates for the improvement of the intersections listed below. The design will likely include signalization, turn lanes, crosswalk upgrades, and relocations of storm drainage and utilities. • Andover Park E. & Industry Drive • Andover Park E. & Minkler Boulevard Also included in this project is a feasibility analysis to determine what improvements should be considered for the intersections listed below. These may include channelization, signalization, lighting, crosswalks, and other capacity improvements. • W. Valley Highway & S. 156th Street • S. 133rd Street & SR 599 Southbound Ramps • Macadam Road & S. 144th Street It is anticipated that this work will be begin in the fall of 2014 and end in 2015. The work for each intersection may be performed concurrently. Applicable design standards and reference materials may include, but are not limited, to the following: WSDOT Publications: • WSDOT Standard Specifications for Road, Bridge, and Municipal Construction (M41 -10) 2014 • Standard Plans for Road, Bridge, and Municipal Construction (M21 -01) 2014 • Local Agency Guidelines Manual • Design Manual (M22 -01) 2014 • Plans Preparation Manual (M22 -31) • General Special Provisions City of Tukwila Publications: • Tukwila Infrastructure Design and Construction Standards (2010) The following is an outline of the scope of work to be performed under this contract. Total estimated hours to perform the work are listed in Attachment B. SCOPE OF WORK TASK 1.0 ANDOVER PARK E. & INDUSTRY DR. - INTERSECTION IMPROVEMENT 8 Task 1.00 Project Management This task covers the day -to -day activities by the Consultant to manage, administer, and coordinate the work to meet the needs of the City. This task is expected to include: 1.01 A kickoff meeting with the City Project Manager, City staff, subconsultants and others as appropriate. 1.02 Four coordination meetings with City staff to address design coordination, and resolution of review comments. 1.03 Four internal design team meetings. 1.04 All work products of the Consultant and subconsultants will be subject to an in -house QA /QC review. 1.05 Preparation of invoices, progress reports, and updates to the project delivery schedule. 1.06 Coordination of subconsultant agreements. Deliverables: • Monthly invoices and progress reports. • Meeting minutes from coordination meetings with the City. • The project coordination meetings with the City may cover discussion items from multiple intersections within this project. Task 1.10 Topographic & Boundary Survey 1.11 The Consultant will perform a field survey to collected topographic information located approximately 300' north, south, east, and west of the intersection and extend 20' beyond the Right -of -Way (ROW) line. The survey will include curb lines, sidewalks, roadway edges, drainage structures, utility locations, contours, and horizontal /vertical control. 1.12 The Consultant will acquire title reports for parcels adjoining the project area. 1.13 The Consultant will perform a field survey of the pothole locations. Deliverables: • Site survey that includes topographic, utility, and ROW information. Task 1.20 Traffic Analysis 1.21 The Consultant will review the 2030 traffic volume forecasts from the City of Tukwila travel model to assist on the design of turn pocket 9 lengths and turn lane configurations on Andover Park E. and Industry Drive. We will work with City staff to determine how to accommodate future bike lanes at the intersection. Task 1.30 Conceptual Design 1.31 The Consultant will provide up to two (preliminary and final) conceptual layouts of recommended improvements based on the traffic analysis. The layouts may include future lane configurations, curb lines, sidewalks, and ROW encroachments. Deliverables: • Preliminary and Final conceptual layouts of recommended intersection improvements. Task 1.40 Civil 30% and 60% Roadway Design The Consultant shall provide civil engineering services for the design of the intersection improvements including plan, profile, and details. Submittals will be provided at the 30% and 60% design levels. The 90% and 100% design documents including plans, specifications, and cost estimate are anticipated to be completed under a supplemental agreement to this contract. The plans in this contract are expected to include the following sets of sheets: 1.41 Cover 1.42 Sheet Index and Legend 1.43 Roadway Sections 1.44 Site Preparation 1.45 Roadway Plan and Profile 1.46 Drainage Plan and Profile 1.47 Drainage Details 1.48 Channelization, Pavement Marking, and Signing Assumptions • Plan sheets will be combined into a single bid package with separate bid schedules for Andover Park E at Industry Drive intersection and the Andover Park E at Minkler Boulevard intersection for budget tracking purposes. • The drawings will be prepared using Autocad Civil 3D 2014 • Work will be done in accordance with the American Association of State Highway and Transportation Officials (AASHTO), City of Tukwila, and WSDOT guidelines and specifications. 10 • Temporary Erosion Control & Sediment Control Plans and Construction Staging, Sequencing, and Traffic Control Plans will be included in the 90% and 100% design plans under a supplemental agreement. • The City will distribute plans for internal review and will consolidate all comments into a single document to be transmitted to the Consultant. • The City will provide all GIS based Aerial photos and other relevant mapping information available for the project site. Deliverables: • 30% plan review submittal, including all anticipated plans and details listed above. One 11x17 paper copy may be provided if requested by the City and one electronic PDF file will be submitted. • 60% plan review submittal, including all anticipated plans and details listed above. One 11x17 paper copy may be provided if requested by the City and one electronic PDF file will be submitted. • Written response to review comments for each submittal. Task 1.50 Hydraulic and Hydrologic Design The Consultant shall perform the following tasks in support of the project hydraulic and hydrologic design. All stormwater management elements of the roadway shall be designed in accordance with the requirements of King County Surface Water Design Manual (2009). Consultant shall conduct a site visit to field verify existing conditions, utility as- builts, drainage sub -basin delineations and to generally confirm accuracy of survey base mapping. A maximum of two site visits is anticipated. 1.51 The Consultant shall perform an analysis of new and replaced impervious to determine the need for flow control. Relevant information and figures that results from this analysis will be included in the final drainage report. 1.52 The consultant shall prepare a Draft Hydraulic Report in conformance with the King County standards. The report shall document project background, existing drainage patterns, downstream analysis, design criteria, geometry and performance of proposed drainage systems, including preparation of basin delineation maps and figures, conveyance design, backwater analysis, and design of water quality facilities. 1.53 A Final Hydraulic Report will be prepared that addresses all comments from the previous submittal and incorporates any design changes that occur after the 60% plan submittal. Assumptions 11 • A single combined Hydraulic Report with individual sections will be prepared for this intersection and the Andover Park E at Minkler Boulevard intersection. • Storm water Pollution Prevention Plan will be prepared by the Contractor. • The Final Hydraulic Report will be submitted after the 100% roadway design plans have been submitted. Deliverables • Draft Hydraulic Report: Four paper copies and electronic PDF files. • Final Hydraulic Report: Two paper copies and electronic PDF files. • Drainage and TESC Plan will be submitted with the Final Hydraulic Report. Task 1.60 Signal and Illumination Design 1.61 The Consultant will prepare construction plans for a traffic signal installation at the Andover Park East /Industry Drive intersection. The plans will be submitted to the City for review at the 60% design level. The Consultant will collect available information relevant to the design and conduct a field review of on -site conditions. A signal pole detail sheet and signal pole foundation specifications will be provided. 1.62 The Consultant will prepare illumination plans for the 60% design level, and coordinate lighting system standards with the City. Assumptions • The 90% and 100% design documents including plans, specifications, and cost estimate will be completed under a supplemental to this agreement. • The City will distribute plans for internal review and will consolidate all comments into a single document to be transmitted to the Consultant. Deliverables • 60% plan review submittal of traffic signals, pole foundations, and illumination. One 11x17 paper copy may be provided if requested by the City and one electronic PDF file will be submitted. • Written response to review comments for each submittal Task 1.70 Utility Coordination and Relocation The Consultant shall perform the following utility coordination tasks: 12 1.71 Utilize the field survey, as -built drawings, and information from utility companies to identify potential conflicts (aerial and subsurface) with proposed improvements. 1.72 Notify the affected utility companies of conflicts and attend one meeting to discuss resolutions. Assumptions • Any potholing required to determine existing utility locations shall be performed by a subconsultant under this contract. A maximum of 10 potholes is anticipated for this task. • The Consultant will collect and distribute as -built plans and comments from the affected utility companies Deliverables • Utility relocation plans will be provided with the 60% design submittal. Task 1.80 Cost Estimate 1.81 The Consultant shall identify standard and non - standard bid items and calculate all quantities. This list will be used to assist the City in preparation of a bid schedule. An engineer's estimate of construction costs will be prepared for the 60% design. Assumptions • A final cost estimate and quantity calculations will be submitted with the 100% design plans under a supplemental agreement. Deliverables • One paper copy of the cost estimate may be provided if requested by the City and on electronic file in MS Excel format will be submitted at the 60% submittal. OPTIONAL SERVICES The following are optional services that may be requested as needed. No work shall commence without prior written authorization from the City for the following tasks: Task 1.90 Landscape Design Task 1.90.1 Geotechnical Analysis Task 1.90.2 Right -of -Way Acquisition 13 Task 1.90.3 Construction Support Services TASK 20 ANDOVER PARK E. & MINKLER BLVD. — INTERSECTION IMPROVEMENT Task 2.00 Project Management This task covers the day -to -day activities by the Consultant to manage, administer, and coordinate the work to meet the needs of the City. This task is expected to include: 2.01 A kickoff meeting with the City Project Manager, City staff, subconsultants and others as appropriate. 2.02 Four bi- weekly coordination meetings with City staff to address design coordination, and resolution of review comments. 2.03 Four internal design team meetings. 2.04 All work products of the Consultant and subconsultants will be subject to an in -house QA /QC review. 2.05 Preparation of invoices, progress reports, and updates to the project delivery schedule. 2.06 Coordination of subconsultant agreements. Deliverables: • Monthly invoices and progress reports. • Meeting minutes from coordination meetings with the City. • The project coordination meetings with the City may cover discussion items from multiple intersections within this project. Task 2.10 Topographic & Boundary Survey 2.11 The Consultant will perform a field survey to collected topographic information located approximately 300' north, south, east, and west of the intersection and extend 20' beyond the Right -of -Way (ROW) line. The survey will include curb lines, sidewalks, roadway edges, drainage structures, utility locations, contours, and horizontal /vertical control. 2.12 The Consultant will acquire title reports for parcels adjoining the project area. 14 2.13 The Consultant will perform a field survey of the pothole locations. Deliverables: • Site survey that includes topographic, utility, and ROW information. Task 220 Traffic Analysis 2.21 The Consultant will review the 2030 traffic volume forecasts from the City of Tukwila travel model to assist on the design of turn pocket lengths and turn lane configurations on Andover Park E. and Minkler Boulevard. We will work with City staff to determine how to accommodate future bike lanes at the intersection. Task 230 Conceptual Design 2.31 The Consultant will provide up to two (preliminary and final) conceptual layouts of recommended improvements based on the traffic analysis. The layouts may include future lane configurations, curb lines, sidewalks, and ROW encroachments. Deliverables: • Preliminary and Final conceptual layouts of recommended intersection improvements. Task 240 Civil 30% and 60% Roadway Design The Consultant shall provide civil engineering services for the design of the intersection improvements including plan, profile, and details. Submittals will be provided at the 30% and 60% design levels. The 90% and 100% design documents including plans, specifications, and cost estimate are anticipated to be completed under a supplemental agreement to this contract. The plans in this contract are expected to include the following sets of sheets: 2.41 Cover 2.42 Sheet Index and Legend 2.43 Roadway Sections 2.44 Site Preparation 2.45 Roadway Plan and Profile 2.46 Drainage Plan and Profile 2.47 Drainage Details 2.48 Channelization, Pavement Marking, and Signing Assumptions 15 • Plan sheets will be combined into a single bid package with separate bid schedules for Andover Park E at Industry Drive intersection and the Andover Park E at Minkler Boulevard intersection for budget tracking purposes. • The drawings will be prepared using Autocad Civil 3D 2014 • Work will be done in accordance with the American Association of State Highway and Transportation Officials (AASHTO), City of Tukwila, and WSDOT guidelines and specifications. • Temporary Erosion Control & Sediment Control Plans and Construction Staging, Sequencing, and Traffic Control Plans will be included in the 90% and 100% design plans under a supplemental agreement. • The City will distribute plans for internal review and will consolidate all comments into a single document to be transmitted to the Consultant. • The City will provide all GIS based Aerial photos and other relevant mapping information available for the project site. Deliverables: • 30% plan review submittal, including all anticipated plans and details listed above. One 11x17 paper copy may be provided if requested by the City and one electronic PDF file will be submitted. • 60% plan review submittal, including all anticipated plans and details listed above. One 11x17 paper copy may be provided if requested by the City and one electronic PDF file will be submitted. • Written response to review comments for each submittal. Task 250 Hydraulic and Hydrologic Design The Consultant shall perform the following tasks in support of the project hydraulic and hydrologic design. All stormwater management elements of the roadway shall be designed in accordance with the requirements of King County Surface Water Design Manual (2009). Consultant shall conduct a site visit to field verify existing conditions, utility as- builts, drainage sub -basin delineations and to generally confirm accuracy of survey base mapping. A maximum of two site visits is anticipated. 2.51 The Consultant shall perform an analysis of new and replaced impervious to determine the need for flow control. Relevant information and figures that results from this analysis will be included in the final drainage report. 2.52 The consultant shall prepare a Draft Hydraulic Report in conformance with the King County standards. The report shall document project background, existing drainage patterns, downstream analysis, design criteria, geometry and performance of proposed drainage systems, including preparation of basin delineation maps and figures, 16 conveyance design, backwater analysis, and design of water quality facilities. 2.53 A Final Hydraulic Report will be prepared that addresses all comments from the previous submittal and incorporates any design changes that occur after the 60% plan submittal. Assumptions • A single combined Hydraulic Report with individual sections will be prepared for this intersection and the Andover Park E at Industry Drive intersection. • Storm water Pollution Prevention Plan will be prepared by the Contractor. • The Final Hydraulic Report will be submitted after the 100% roadway design plans have been submitted. Deliverables • Draft Hydraulic Report: Four paper copies and electronic PDF files. • Final Hydraulic Report: Two paper copies and electronic PDF files. • Drainage and TESC Plan will be submitted with the Final Hydraulic Report. Task 2.60 Signal and Illumination Design 2.61 The Consultant will prepare construction plans for a traffic signal installation at the Andover Park East /Minkler Blvd. intersection. The plans will be submitted to the City for review at the 60% design levels. The Consultant will collect available information relevant to the design and conduct a field review of on -site conditions. A signal pole detail sheet and signal pole foundation specifications will be provided.. 2.62 The Consultant will prepare illumination plans for the 60% and coordinate lighting system standards with the City. Assumptions • The 90% and 100% design documents including plans, specifications, and cost estimate will be completed under a supplemental to this agreement. The supplemental may also include temporary traffic signal PS &E for one stage of construction at the Andover Park East /Minkler Boulevard intersection. The design will identify the location of temporary poles, span wires, and signal heads, if needed to maintain signal operations during construction. • The City will distribute plans for internal review and will consolidate all comments into a single document to be transmitted to the Consultant. Deliverables 17 • Plan submittal of traffic signals, pole foundations, and illumination at the 60% design levels. One 11x17 paper copy may be provided if requested by the City and one electronic PDF file will be submitted. • Written response to review comments for each submittal Task 2.70 Utility Coordination and Relocation The Consultant shall perform the following utility coordination tasks: 2.71 Utilize the field survey, as -built drawings, and information from utility companies to identify potential conflicts (aerial and subsurface) with proposed improvements. 2.72 Notify the affected utility companies of conflicts and attend one meeting to discuss resolutions. Assumptions • Any potholing required to determine existing utility locations shall be performed by a subconsultant under this contract. A maximum of 10 potholes is anticipated for this task. • The Consultant will collect and distribute as -built plans and comments from the affected utility companies Deliverables • Utility relocation plans will be provided with the 60% design submittal (see Task 1.30) Task 280 Cost Estimate 2.81 The Consultant shall identify standard and non - standard bid items and calculate all quantities. This list will be used to assist the City in preparation of a bid schedule. An engineer's estimate of construction costs will be prepared for the 60% design. Assumptions • A final cost estimate and quantity calculations will be submitted with the 100% design plans under a supplemental agreement. Deliverables • One paper copy of the cost estimate may be provided if requested by the City and on electronic file in MS Excel format will be submitted at the 60% submittal. OPTIONAL SERVICES The following are optional services that may be requested as needed. No work shall commence without prior written authorization from the City for the following tasks: 18 Task 2.90 Landscape Design Task 2.90.1 Geotechnical Analysis Task 2.90.2 Right -of -Way Acquisition Task 2.90.3 Construction Support Services TASK 3.0 W. VALLEY HWY&C S. 156'H ST. — FEASIBILITY STUDY Task 3.00 Project Management This task covers the day -to -day activities by the Consultant to manage, administer, and coordinate the work to meet the needs of the City. This task is expected to include: 3.01 Coordination meetings with the design team and /or City staff to address design coordination, and resolution of review comments. Meetings to be held on an as- needed basis with a maximum of two. 3.02 Design coordination meetings with WSDOT to discuss improvement options. Meetings to be held on an as- needed basis with a maximum of two. 3.03 All work products of the Consultant and subconsultants will be subject to an in -house QA /QC review. 3.04 Preparation of invoices, progress reports, and updates to the project delivery schedule. Deliverables: • Monthly invoices and progress reports. • Meeting minutes from coordination meetings with the City. • The project coordination meetings with the City may cover discussion items from multiple intersections within this project. Task 3.10 Right -of -Way and Utility Data Collection 3.10 The Consultant will acquire and review city GIS data, parcel maps, and utility as -built plans and properly display them in the conceptual layouts. Task 3.20 Traffic Analysis 19 3.21 The Consultant will prepare a feasibility analysis of expanding West Valley Highway to the east to accommodate improved pedestrian facilities and potentially a new travel lane. We will review the 2030 travel model forecasts to confirm land configurations and turn pocket lengths. We will also work with City staff on different sidewalk design options. 3.22 The Consultant will prepare preliminary concepts (10% design) for signal modifications that may be required at this location to accommodate the expanded roadway. Task 3.30 Civil Design 3.31 The Consultant will prepare preliminary plan view concepts of improvements that may be required at this intersection such as relocation of pavement edges, sidewalks, signal poles, and channelization. 3.32 The Consultant will document ROW encroachments of conceptual intersection improvements. 3.33 The Consultant will perform a preliminary analysis of the existing utility and drainage facilities and determine the impacts and relocations that may be required by the recommended intersection improvements. Assumptions • The schematic drawings will be prepared using Autocad Civil 3D 2014 • The City will provide all relevant frontage improvement plans that are available for the project area. • The schematic drawings will be designed in accordance with the American Association of State Highway and Transportation Officials (AASHTO), City of Tukwila, and WSDOT guidelines and specifications. • The City will distribute the technical memorandum for internal review and will consolidate all comments into a single document to be transmitted to the Consultant. • The project coordination meetings with the City may cover discussion items from multiple intersections within this project. Deliverables: • A draft and final technical memorandum will be prepared that summarizes the results of the feasibility study and will include conceptual layouts, schematic diagrams, and results of the traffic LOS analysis. One paper copy may be provided if requested by the City and one electronic PDF file will be submitted with both the draft and final submittals. Task 3.40 Cost Estimate 20 3.41 The Consultant will prepare a preliminary cost estimate of improvements recommended in the technical memorandum. Deliverables: • The cost estimate will be submitted in hard copy and MS Excel format. OPTIONAL SERVICES The following are optional services that may be requested as needed. No work shall commence without prior written authorization from the City for the following tasks: Task 3.50 PS &E Task 3.60 Landscape Design Task 3.70 Geotechnical Analysis Task 3.80 Right -of -Way Acquisition Task 3.90 Construction Support Services TASK 4.0 S. 1337D Sr. & SR 599 SOUTHBOUND RAMPS — FEASIBILITY STUDY Task 4.00 Project Management This task covers the day -to -day activities by the Consultant to manage, administer, and coordinate the work to meet the needs of the City. This task is expected to include: 4.01 Coordination meetings with the design team and /or City staff to address design coordination, and resolution of review comments. Meetings to be held on an as- needed basis with a maximum of two. 4.02 Design coordination meetings with WSDOT to discuss improvement options. Meetings to be held on an as- needed basis with a maximum of two. 4.03 All work products of the Consultant and subconsultants will be subject to an in -house QA /QC review. 4.04 Preparation of invoices, progress reports, and updates to the project delivery schedule. Deliverables: • Monthly invoices and progress reports. • Meeting minutes from coordination meetings with the City. 21 Task 4.10 Right -of -Way and Utility Data Collection 4.11 The Consultant will acquire and review city GIS data, parcel maps, and utility as -built plans and properly display them in the conceptual layouts. Task 4.20 Traffic Analysis 4.21 The Consultant will lead an evaluation of potential intersection improvements that can meet 2030 traffic demands. Up to four intersection design concepts will be tested, which could include a roundabout, two traffic signal options, and enhanced turn lanes. Traffic LOS will be evaluated and a final recommendation will be made in conjunction with City staff. Task 4.30 Civil Design 4.31 The Consultant will prepare preliminary plan view concepts of improvements that may be required at this intersection such as relocation of pavement edges, sidewalks, signal poles, and channelization. 4.32 The Consultant will document ROW encroachments of conceptual intersection improvements. 4.33 The Consultant will perform a preliminary analysis of the existing utility and drainage facilities and determine the impacts and relocations that may be required by the recommended intersection improvements. Assumptions • The schematic drawings will be prepared using Autocad Civil 3D 2014 • The City will provide all relevant frontage improvement plans that are available for the project area. • The schematic drawings will be designed in accordance with the American Association of State Highway and Transportation Officials (AASHTO), City of Tukwila, and WSDOT guidelines and specifications. • The City will distribute the technical memorandum for internal review and will consolidate all comments into a single document to be transmitted to the Consultant. • The project coordination meetings with the City may cover discussion items from multiple intersections within this project. 22 Deliverables: • A draft and final technical memorandum will be prepared that summarizes the results of the feasibility study and will include conceptual layouts, schematic diagrams, and results of the traffic LOS analysis. One paper copy may be provided if requested by the City and one electronic PDF file will be submitted with both the draft and final submittals. Task 4.40 Cost Estimate 4.41 The Consultant will prepare a preliminary cost estimate of improvements recommended in the technical memorandum. Deliverables: • The cost estimate will be submitted in hard copy and MS Excel format. OPTIONAL SERVICES The following are optional services that may be requested as needed. No work shall commence without prior written authorization from the City for the following tasks: Task 4.50 PS &E Task 4.60 Landscape Design Task 4.70 Geotechnical Analysis Task 4.80 Right -of -Way Acquisition Task 4.90 Construction Support Services TASK 5.0 MACADAM RD. & S. 144TH ST. — FEASIBILITY STUDY Task 5.00 Project Management This task covers the day -to -day activities by the Consultant to manage, administer, and coordinate the work to meet the needs of the City. This task is expected to include: 5.01 Coordination meetings with the design team and /or City staff to address design coordination, and resolution of review comments. Meetings to be held on an as- needed basis with a maximum of two. 5.02 All work products of the Consultant and subconsultants will be subject to an in -house QA /QC review. 23 5.03 Preparation of invoices, progress reports, and updates to the project delivery schedule. Deliverables: • Monthly invoices and progress reports. • Meeting minutes from coordination meetings with the City. Task 5.10 Right -of -Way and Utility Data Collection 5.11 The Consultant will acquire and review city GIS data, parcel maps, and utility as -built plans and properly display them in the conceptual layouts. Task 5.20 Traffic Analysis 5.21 The Consultant will lead an evaluation of potential intersection improvements that can meet 2030 traffic demands. Up to three intersection design concepts will be tested, which could include additional turn lanes or different traffic signal control options. Traffic LOS will be evaluated and a final recommendation will be made in conjunction with City staff. Task 5.30 Civil Design 5.31 The Consultant will prepare preliminary plan view concepts of improvements that may be required at this intersection such as relocation of pavement edges, sidewalks, signal poles, and channelization. 5.32 The Consultant will document ROW encroachments of conceptual intersection improvements. 5.33 The Consultant will perform a preliminary analysis of the existing utility and drainage facilities and determine the impacts and relocations that may be required by the recommended intersection improvements. Assumptions • The schematic drawings will be prepared using Autocad Civil 3D 2014 • The City will provide all relevant frontage improvement plans that are available for the project area. • The schematic drawings will be designed in accordance with the American Association of State Highway and Transportation Officials (AASHTO), City of Tukwila, and WSDOT guidelines and specifications. • The City will distribute the technical memorandum for internal review and will consolidate all comments into a single document to be transmitted to the Consultant. 24 • The project coordination meetings with the City may cover discussion items from multiple intersections within this project. Deliverables: • A draft and final technical memorandum will be prepared that summarizes the results of the feasibility study and will include conceptual layouts, schematic diagrams, and results of the traffic LOS analysis. One paper copy may be provided if requested by the City and one electronic PDF file will be submitted with both the draft and final submittals. Task 5.40 Cost Estimate 5.41 The Consultant will prepare a preliminary cost estimate of improvements recommended in the technical memorandum. Deliverables: • The cost estimate will be submitted in hard copy and MS Excel format. OPTIONAL SERVICES The following are optional services that may be requested as needed. No work shall commence without prior written authorization from the City for the following tasks: Task 5.50 PS &E Task 5.60 Landscape Design Task 5.70 Geotechnical Analysis Task 5.80 Right -of -Way Acquisition Task 5.90 Construction Support Services FEE An itemized spreadsheet providing a detailed cost breakdown of tasks can be found in Attachment B. Additional services will only be provided as needed with written direction from the City. 25 EXHIBIT B Consultant Fee Estimate Date: October 8, 2014 For: City of Tukwila Project: Combined Intersection Improvements Task 1.0 Andover Park E & Industry Dr. KPFF: Hours Principal 8 x $ 210.00 = $ 1,680.00 Project Manager 116 x $ 165.00 = $ 19,140.00 Design Engineer 170 x $ 115.00 = $ 19,550.00 CAD Drafter 204 x $ 105.00 = $ 21,420.00 Prof. Land Surveyor 18 x $ 125.00 = $ 2,250.00 Project Surveyor 16 x $ 95.00 = $ 1,520.00 Survey Crew 44 x $ 150.00 = $ 6,600.00 Admin. 7 x $ 100.00 = $ 700.00 $ 72,860.00 Reimbursables: Utility Locates 1 x $ 700.00 = $ 700.00 Title Reports 8 x $ 500.00 $ 4,000.00 Potholing 10 x $ 500.00 $ 5,000.00 Potholing Traffic Control 1 x $ 2,800.00 = $ 2,800.00 Rate Cost Total Reimbursables: KPFF SUBTOTAL Subconsultants Fehr & Peers TASK 1.0 TOTAL: $ 12,500.00 $ 85,360.00 $ 18,770.00 $ 104,130.00 Task 2.0 Andover Park E & Minkler Blvd. KPFF: Hours Rate Cost Principal 16 x $ 210.00 = $ 3,360.00 Project Manager 146 x $ 165.00 = $ 24,090.00 Design Engineer 224 x $ 115.00 = $ 25,760.00 CAD Drafter 258 x $ 105.00 = $ 27,090.00 Prof. Land Surveyor 22 x $ 125.00 = $ 2,750.00 Project Surveyor 16 x $ 95.00 = $ 1,520.00 Survey Crew 44 x $ 150.00 = $ 6,600.00 Admin 7 x $ 100.00 = $ 700.00 $ 91,870.00 Reimbursables: Utility Locates 1 x $ 700.00 = $ 700.00 Title Reports 5 x $ 500.00 $ 2,500.00 Potholing 10 x $ 500.00 $ 5,000.00 Potholing Traffic Control 1 x $ 2,800.00 = $ 2,800.00 Total Reimbursables: $ 11,000.00 KPFF SUBTOTAL $ 102,870.00 Subconsultants Fehr & Peers $ 20,845.00 TASK 2.0 TOTAL: $ 123,715.00 Tukwila Intersections_Fee Estimate_2014- 10- 08.xls 10/8/2014 Z: \Future Projects \tukwila intersections 2014 \Scope & Fee \Submittal \03.Submittal (2014- 10 -08)\ 11:10 AM 26 Task 3.0 W. Valley Hwy & S. 156th St. KPFF: Hours Rate Cost Principal 2 x $ 210.00 = $ 420.00 Project Manager 50 x $ 165.00 = $ 8,250.00 Design Engineer 32 x $ 115.00 = $ 3,680.00 CAD Drafter 20 x $ 105.00 = $ 2,100.00 Prof. Land Surveyor 0 $ 125.00 = $ - Project Surveyor 0 x $ 95.00 = $ - Survey Crew 0 x $ 150.00 = $ - Admin 4 x $ 100.00 = $ 400.00 $ 14,850.00 Reimbursables: [NONE] $ - $ Total Reimbursables: $ - KPFF SUBTOTAL $ 14,850.00 Subconsultants Fehr & Peers $ 18,480.00 TASK 3.0 TOTAL: $ 33,330.00 Task 4.0 S. 133rd St. & SR 599 Southbound Ramps KPFF: Hours Rate Cost Principal 2 x $ 210.00 = $ 420.00 Project Manager 50 x $ 165.00 = $ 8,250.00 Design Engineer 32 x $ 115.00 = $ 3,680.00 CAD Drafter 20 x $ 105.00 = $ 2,100.00 Prof. Land Surveyor 0 x $ 125.00 = $ Project Surveyor 0 x $ 95.00 = $ Survey Crew 0 x $ 150.00 = $ Admin 4 x $ 100.00 = $ 400.00 $ 14,850.00 Reimbursables: [NONE] $ Total Reimbursables: $ - KPFF SUBTOTAL $ 14,850.00 Subconsultants Fehr & Peers $ 14,440.00 TASK 4.0 TOTAL: $ 29,290.00 Tukwila Intersections_Fee Estimate_2014- 10- 08.xls 10/8/2014 Z: \Future Projects \tukwila intersections 2014 \Scope & Fee \Submittal \03.Submittal (2014- 10 -08)\ 11:10 AM 27 Task 5.0 Macadam Rd. & S. 144th St. KPFF: Principal Project Manager Design Engineer CAD Drafter Prof. Land Surveyor Project Surveyor Survey Crew Admin Reimbursables: Total Reimbursables: KPFF SUBTOTAL Subconsultants Fehr & Peers TASK 5.0 TOTAL: GRAND TOTAL COST: PREPARED BY: Nathan Anderson, PE KPFF Consulting Engineers 1601 Fifth Avenue Suite 1600 Seattle, WA 98101 Hours 2 50 32 20 0 0 0 4 Rate x $ 210.00 = $ x $ 165.00 = $ x $ 115.00 = $ x $ 105.00 = $ x $ 125.00 = $ x $ 95.00 = $ x $ 150.00 = $ x $ 100.00 = $ Cost [NONE] $ 420.00 8,250.00 3,680.00 2,100.00 400.00 14,850.00 $ 14,850.00 $ 10,1 10.00 $ 24,960.00 $ 315,425.00 Tukwila Intersections_Fee Estimate_2014- 10- 08.xls 10/8/2014 Z: \Future Projects \tukwila intersections 2014 \Scope & Fee \Submittal \03.Submittal (2014- 10 -08)\ 11:10 AM 28 TUKWILA COMBINED INTERSECTION IMPROVEMENT PROJECTS KPFF: Civil Engineering Surveying PIC PM DE CAD PLS PS CREW Admin $210.00 $165.00 $115.00 $105.00 $125.00 $95.00 $150.00 $100.00 Total Hours Contract Amount SCOPE OF WORK Task 1.0 Andover Park E & Industry Dr. - Intersection Improvement MIL 1.00 Project Management 1.01 Kickoff Meeting 1.02 1.03 1.04 1.05 1.06 2 2 Coordination Meetings with City Staff 8 4 12 Internal Design Team Meetings 8 8 16 QA /QC Review 8 8 Project Management, Admin, Invoicing and Progress Reports 8 4 12 Subconsultant Agreements 2 2 4 8,280.00 1.10 Topographic & Boundary Survey 1.11 1.12 1.13 Topographic Mapping 2 8 16 40 74 Boundary and Right -of -Way 2 10 12 Potholing Locates 4 $ 11,870.00 1.20 Traffic Analysis 1.21 Traffic Analysis 1.30 Conceptual Design 1.31 Conceptual Layouts 8 8 12 28 $ 3,500.00 1.40 Civil 30% & 60% Roadway Design 1.41 1.42 1.43 1.44 1.45 1.46 1.47 1.48 Cover 4 6 Sheet Index and Legend 4 6 Roadway Sections 2 8 12 22 Site Preparation 2 8 16 26 Roadway Plan and Profile 12 32 54 98 Drainage Plan and Profile 12 24 32 68 Drainage Details 2 4 12 18 Channelization, Pavement Marking, and Signing 16 20 32 68 $ 36,620.00 1.50 Hydraulic and Hydrologic Design 1.51 1.52 1.53 Analyis of new and replaced impervious areas 4 4 Draft Hydraulic Report 4 12 4 21 Final Hydraulic Report 2 4 2 8 $ 4,020.00 1.60 Signal and Illumination 60% Design 1.61 1.62 Signal Design and Pole Foundation Design Illumination Plan & Details 1.70 Utility Coo dination And Relocatior 1.71 1.72 Utility Review and Assessment 4 4 Coordination with Utility Companies 10 12 12 34 4,950.00 1.80 Cost Estimate 1.81 Cost Estimate for 60% Design 8 20 28 3,620.00 1.90 Landscape Design (OPTIONAL) 1.90.1 Geotechnical Analysis (OPTIONAL) 1.90.2 Right -Of -Way Acquisition (OPTIONAL) 1.90.3 Construction Support Services (OPTIONAL) SUBTOTAL 8 116 170 204 18 16 44 7 579 $72,860.00 1 of 3 10/8/2014 29 TUKWILA COMBINED INTERSECTION IMPROVEMENT PROJECTS KPFF: Civil Engineering Surveying PIC PM DE CAD PLS PS CREW Admin $210.00 $165.00 $115.00 $105.00 $125.00 $95.00 $150.00 $100.00 Total Hours Contract Amount SCOPE OF WORK Task 2.0 Andover Park E & Minkler Blvd. - Intersection Improvement 2.00 Project Management 2.01 Kickoff Meeting 2.02 2.03 2.04 2.05 2.06 2 2 Coordination Meetings with City Staff 8 4 12 Internal Design Team Meetings 8 8 16 QA /QC Review 16 16 Project Management, Admin, Invoicing and Progress Reports 8 4 12 Subconsultant Agreements 2 2 4 $ 9,960.00 2.10 Topographic & Boundary Survey 2.11 2.12 2.13 Topographic Mapping 2 8 8 16 40 74 Boundary and Right -of -Way 2 14 16 Potholing Locates 4 4 $ 12,370.00 2.20 Traffic Analysis 2.21 Traffic Analysis 2.30 Conceptual Design 2.31 Conceptual Layouts 8 12 28 $ 3,500.00 2.40 Civil 30% & 60% Roadway Design 2.41 2.42 2.43 2.44 2.45 2.46 2.47 2.48 Cover 4 6 Sheet Index and Legend 4 6 Roadway Sections 4 8 16 28 Site Preparation 4 12 20 36 Roadway Plan and Profile 16 40 76 132 Drainage Plan and Profile 24 40 40 104 Drainage Details 4 8 16 28 Channelization, Pavement Marking, and Signing 20 20 40 80 $ 49,840.00 2.50 Hydraulic and Hydrologic Design 2.51 2.52 2.53 Analyis of new and replaced impervious areas 4 4 Draft Hydraulic Report 4 18 4 27 Final Hydraulic Report 2 2 12 $ 5,170.00 2.60 Signal and Illumination 60% Design 2.61 2.63 Signal Design and Pole Foundation Design Illumination Plan & Details 2.70 Utility Coo dination And Relocatior 2.71 2.72 Utility Review and Assessment 8 8 Coordination with Utility Companies 10 16 16 42 $ 6,490.00 2.80 Cost Estimate 2.81 Cost Estimate for 60% Design 8 28 36 $ 4,540.00 2.90 Landscape Design (OPTIONAL) 2.90.1 Geotechnical Analysis IOPTIONALI 2.90.2 Right -Of -Way Acquisition (OPTIONAL] 2.90.3 Construction Support Services (OPTIONAL( SUBTOTAL 16 146 224 258 22 16 44 7 733 $91,870.00 2 of 3 10/8/2014 30 TUKWILA COMBINED INTERSECTION IMPROVEMENT PROJECTS KPFF: Civil Engineering Surveying PIC PM DE CAD PLS PS CREW Admin $210.00 $165.00 $115.00 $105.00 $125.00 $95.00 $150.00 $100.00 Total Hours Contract Amount SCOPE OF WORK Task 3.0 W. Valley Hwy & S. 156th St. - Feasibility Study _ 3.00 Project Management 3.01 3.02 3.03 3.04 Coordination Meetings 4 4 WSDOT Design Coordination 4 QA /QC Review 2 2 Project Management, Admin, Invoicing and Progress Reports 16 4 20 $ 4,780.00 3.10 Right -Of -Way and Utility Data Collection 3.11 Data Collection 8 8 $ 920.00 3.20 Traffic Analysis 3.21 3.22 Traffic Analysis Signal Modification 3.30 Civil Design 3.31 3.32 3.33 Develop Channelization and Roadway Layout 16 12 20 48 Document R/W needs 4 2 6 Document Utility & Drainage needs. 4 2 6 $ 7,900.00 3.40 Cost Estimate 3.41 Estimate Costs For Improvements 2 8 10 $ 1,250.00 SUBTOTAL 2 50 32 20 4 104 $14,850.00 Task 4.0 S. 133rd St. & SR 599 Southbound Ramps - Feasibility Study 4.00 Project Management 4.01 4.02 4.03 4.04 Coordination Meetings 4 4 WSDOT Design Coordination 4 QA /QC Review 2 2 Project Management, Admin, Invoicing and Progress Reports 16 4 20 $ 4,780.00 4.10 Right -Of -Way and Utility Data Collection 4.11 Data Collection 8 8 $ 920.00 4.20 Traffic Analysis 4.21 Traffic Analysis 4.30 Civil Design 4.31 4.32 4.33 Develop Channelization and Roadway Concepts 16 12 20 48 Document R/W needs 4 2 6 Document Utility & Drainage needs. 4 2 6 $ 7,900.00 4.40 Cost Estimate 4.41 Concept Estimate 2 8 10 $ 1,250.00 SUBTOTAL 2 50 32 20 4 104 $14,850.00 Task 5.0 Macadam Rd. & S. 144th St. - Feasibility Study 5.00 Project Management 5.01 5.02 5.03 Coordination Meetings 8 8 QA /QC Review 2 2 Project Management, Admin, Invoicing and Progress Reports 16 4 20 $ 4,780.00 5.10 Right -Of -Way and Utility Data Collection 5.11 Data Collection 8 8 $ 920.00 5.20 Traffic Analysis 5.21 Traffic Analysis 5.30 Civil Design 5.31 5.32 5.33 Develop Channelization and Roadway Concepts 16 12 20 48 Document R/W needs 4 2 6 Document Utility & Drainage needs. 4 2 6 $ 7,900.00 5.40 Cost Estimate 5.41 Concept Estimate 2 8 10 $ 1,250.00 SUBTOTAL 2 50 32 20 4 108 $14,850.00 Total 30 412 490 522 3 of 3 32 88 26 1600 $204,280.00 10/8/2014 31 Subconsultant Fee Estimate - Fehr & Peers COST ESTIMATE Date: October 8, 2014 For: City of Tukwila Project: Combined Intersection Improvements Task 1.0 Andover Park E & Industry Dr. Fehr & Peers: Hours Rate Cost Principal 16 x $ 220.00 = $ 3,520.00 Sr. Associate 11 x $ 205.00 = $ 2,255.00 Engineer 28 x $ 170.00 = $ 4,760.00 Drafter / Planner 51 x $ 135.00 = $ 6,885.00 Admin. 4 x $ 100.00 = $ 400.00 $ 17,820.00 Reimbursables Traffic Analysis 1 x $ 200.00 = $ 200.00 Signal Design 1 x $ 750.00 = $ 750.00 Total Reimbursables: $ 950.00 SUBTOTAL $ 18,770.00 Task 2.0 Andover Park E & Minkler Blvd. Fehr & Peers: Hours Rate Cost Principal 16 x $ 220.00 = $ 3,520.00 Sr. Associate 11 x $ 205.00 = $ 2,255.00 Engineer 30 x $ 170.00 = $ 5,100.00 Drafter / Planner 62 x $ 135.00 = $ 8,370.00 Admin. 6 x $ 100.00 = $ 600.00 $ 19,845.00 Reimbursables Traffic Analysis 1 x $ 200.00 = $ 200.00 Signal Design 1 x $ 800.00 = $ 800.00 Total Reimbursables: $ 1,000.00 SUBTOTAL $ 20,845.00 32 Task 3.0 W. Valley Hwy & S. 156th St. Fehr & Peers: Hours Rate Cost Principal 24 x $ 220.00 = $ 5,280.00 Sr. Associate 4 x $ 205.00 = $ 820.00 Engineer 24 x $ 170.00 = $ 4,080.00 Drafter / Planner 40 x $ 135.00 = $ 5,400.00 Admin. 24 x $ 100.00 = $ 2,400.00 $ 17,980.00 Reimbursables Traffic Analysis 1 x $ 200.00 = $ 200.00 Signal Design 1 x $ 300.00 = $ 300.00 Total Reimbursables: $ 500.00 SUBTOTAL $ 18,480.00 Task 4.0 S. 133rd St. & SR 599 Southbound Ramps Fehr & Peers: Hours Rate Cost Principal 16 x $ 220.00 = $ 3,520.00 Sr. Associate 0 x $ 205.00 = $ - Engineer 6 x $ 170.00 = $ 1,020.00 Drafter / Planner 60 x $ 135.00 = $ 8,100.00 Admin. 16 x $ 100.00 = $ 1,600.00 $ 14,240.00 Reimbursables Traffic Analysis 1 x $ 200.00 = $ 200.00 Total Reimbursables: $ 200.00 SUBTOTAL $ 14,440.00 33 Task 5.0 Macadam Rd. & S. 144th St. Fehr & Peers: Hours Rate Cost Principal 12 x $ 220.00 = $ 2,640.00 Sr. Associate 0 x $ 205.00 = $ - Engineer 0 x $ 170.00 = $ - Drafter / Planner 42 x $ 135.00 = $ 5,670.00 Admin. 16 x $ 100.00 = $ 1,600.00 $ 9,910.00 Reimbursables Traffic Analysis 1 x $ 200.00 = $ 200.00 Total Reimbursables: $ 200.00 SUBTOTAL $ 10,110.00 TOTAL FEHR & PEERS COST ESTIMATE: $ 82,645.00 34 TUKWILA COMBINED INTERSECTION IMPROVEMENT PROJECTS Fehr & Peers: PRINCIPAL SR ASSOCIATE ENGINEER CAD / Planner Admin. $220.00 $205.00 $170.00 $135.00 $100.00 Total Hours Contract Amount SCOPE OF WORK Task 1.0 Andover Park E & Industry Dr. - Intersection Improvement 1.00 Project Management 1.01 Kickoff Meeting 1.02 1.03 1.04 1.05 1.06 Bi- weekly Coordination Meetings with City Staff Internal Design Team Meetings QA /QC Review Project Management, Admin, Invoicing and Progress Reports Subconsultant Agreement <. 1.10 Topographic & Boundary Survey 1.12 Topographic Mapping Boundary and Right -of -Way 1.20 Traffic Analysis 1.21 Traffic Analysis 12 20 2 34 $ 5,540.00 1.30 Conceptual Design 1.31 Conceptual Layouts 1.40 Civil 30% & 60% Roadway Design 1.41 1.42 1.43 1.44 1.45 1.46 1.47 1.48 Cover Sheet Index and Legend Roadway Sections Site Preparation Roadway Plan and Profile Drainage Plan and Profile Drainage Details Channelization, Pavement Marking, and Signing 1.50 Hydraulic and Hydrologic Design 1.51 1.52 1.53 Analyis of new and replaced impervious areas Draft Hydraulic Report Final Hydraulic Report 1.60 Signal and Illumination 60% Design 1.61 1.62 Signal Design and Pole Foundation Design 2 9 20 21 2 54 Illumination Plan & Details 2 2 8 10 $ 12,280.00 1.70 Utility Coo dination And Relocatior 1.71 1.72 Utility Review and Assessment Coordination with Utility Companies 1.80 Cost Estimate 1.81 Cost Estimate for 60% Design 1.90 Landscape Design (OPTIONAL) 1.90.1 Geotechnical Analysis (OPTIONAL) 1.90.2 Right -Of -Way Acquisition (OPTIONAL) 1.90.3 Construction Support Services (OPTIONAL) SUBTOTAL 16 11 28 51 4 88 $17,820.00 1 of 3 10/8/2014 35 TUKWILA COMBINED INTERSECTION IMPROVEMENT PROJECTS Fehr & Peers: PRINCIPAL SR ASSOCIATE ENGINEER CAD / Planner Admin. $220.00 $205.00 $170.00 $135.00 $100.00 Total Hours Contract Amount SCOPE OF WORK Task 2.0 Andover Park E & Minkler Blvd. - Intersection Improvement 2.00 Project Management 2.01 Kickoff Meeting 2.02 2.03 2.04 2.05 2.06 Bi- weekly Coordination Meetings with City Staff Internal Design Team Meetings QA /QC Review Project Management, Admin, Invoicing and Progress Reports Subconsultant Agreements 2.10 Topographic & Boundary Survey 2.11 2.12 Topographic Mapping Boundary and Right -of -Way 2.20 Traffic Analysis 2.21 Traffic Analysis 12 28 4 44 $ 6,820.00 2.30 Conceptual Design 2.31 Conceptual Layouts 2.40 Civil 30% & 60% Roadway Design 2.41 2.42 2.43 2.44 2.45 2.46 2.47 2.48 Cover Sheet Index and Legend Roadway Sections Site Preparation Roadway Plan and Profile Drainage Plan and Profile Drainage Details Channelization, Pavement Marking, and Signing 2.50 Hydraulic and Hydrologic Design 2.51 2.52 2.53 Analyis of new and replaced impervious areas Draft Hydraulic Report Final Hydraulic Report 2.60 Signal and Illumination 60% Design 2.61 2.62 Signal Design and Pole Foundation Design 2 9 22 24 2 59 Illumination Plan & Details 2 2 8 10 22 $ 13,025.00 2.70 Utility Coo dination And Relocatior 2.71 2.72 Utility Review and Assessment Coordination with Utility Companies 2.80 Cost Estimate 2.81 Cost Estimate for 60% Design 2.90 Landscape Design (OPTIONAL) 2.90.1 Geotechnical Analysis (OPTIONAL) 2.90.2 Right -Of -Way Acquisition (OPTIONAL) 2.90.3 Construction Support Services (OPTIONAL) SUBTOTAL 16 11 30 62 6 125 $19,845.00 2 of 3 10/8/2014 36 TUKWILA COMBINED INTERSECTION IMPROVEMENT PROJECTS Fehr & Peers: PRINCIPAL SR ASSOCIATE ENGINEER CAD / Planner Admin. $220.00 $205.00 $170.00 $135.00 $100.00 Total Hours Contract Amount SCOPE OF WORK Task 3.0 W. Valley Hwy 8 S. 156th St. - Feasiblity Study 3.00 Project Management 3.01 3.02 3.03 3.04 Coordination Meetings WSDOT Design Coordination QA /QC Review Project Management, Admin, Invoicing and Progress Reports 3.10 Right -Of -Way and Utility Data Collection 3.11 Data Collection 3.20 Traffic Analysis 3.21 3.22 Traffic Analysis 24 40 20 84 Signal Modification 4 24 4 32 $ 17,980.00 3.30 Civil Design 3.31 3.32 3.33 Develop Channelization and Roadway Layout Document R/W needs Document Utility & Drainage needs. 3.40 Cost Estimate 3.41 Estimate Costs For Improvements SUBTOTAL 24 4 24 40 24 116 $17,980.00 Task 4.0 S. 133rd St. & SR 599 Southbound Ramps - Feasibility Study 4.00 Project Management 4.01 4.02 4.03 4.04 Coordination Meetings WSDOT Design Coordination QA /QC Review Project Management, Admin, Invoicing and Progress Reports 4.10 Right -Of -Way and Utility Data Collection 4.11 Data Collection 4.20 Traffic Analysis 4.21 Traffic Analysis 16 6 60 16 98 $ 14,240.00 4.30 Civil Design 4.31 4.32 4.33 Develop Channelization and Roadway Concepts Document R/W needs Document Utility & Drainage needs. 4.40 Cost Estimate 4.41 Concept Estimate SUBTOTAL 16 6 60 16 98 $14,240.00 Task 5.0 Macadam Rd. 8 S. 144th St. - Feasibility Study 5.00 Project Management 5.01 5.02 5.03 Coordination Meetings QA /QC Review Project Management, Admin, Invoicing and Progress Reports 5.10 Right -Of -Way and Utility Data Collection 5.11 Data Collection 5.20 Traffic Analysis 5.21 Traffic Analysis 12 42 16 70 $ 9,910.00 5.30 Civil Design 5.31 5.32 5.33 Develop Channelization and Roadway Concepts Document R/W needs Document Utility & Drainage needs. 5.40 Cost Estimate 5.41 Concept Estimate SUBTOTAL 12 42 16 70 $9,910.00 Total 3 of 3 84 26 88 255 66 519 $79,795.00 10/8/2014 37 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 PROJECT: Andover Park East/Industry Dr Intersection * Project No. 99110405 Zone 1 DESCRIPTION: Design and construct traffic signal with Andover Park East left turn lanes and crosswalks. JUSTIFICATION: Signal control and left turn lanes will improve safety and provide needed capacity. STATUS: Commercial Business District (CBD) sidewalk, widening, north to south left turn lanes, and railroad signal completed in 1996. MAINT. IMPACT: Annual signal re- lamping and routine operations. COMMENT: Project is on Traffic impact fee list. FINANCIAL Through Estimated in $000's 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL EXPENSES , . Project Location •'y 888 1 t 0� � . . }tgy NI to \ IL 111M /A • -7 (► I St AM ,, Design I E 4 ,,;. 1' 100 Y 4, f � -- 100 Land (RAN) 0 Const. Mgmt. 75 75 Construction 500 500 TOTAL EXPENSES 0 0 100 0 0 0 0 0 575 675 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Traffic Impact Fees 75 75 City Oper. Revenue 0 0 25 0 0 0 0 0 575 600 TOTAL SOURCES 0 0 100 0 0 0 0 0 575 675 2014 - 2019 Capital Improvement Program 23 , . Project Location •'y 888 1 t 0� � . . }tgy NI to \ IL 111M /A • -7 (► I St AM ,, nlwwaa 1 3 f.rb, an„ Thema, I E 4 ,,;. 1' a Y 4, f � -- t GIS 2014 - 2019 Capital Improvement Program 23 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 PROJECT: Andover Park E /Minkler Blvd Intersection * Project No. 90310405 Zone 1 DESCRIPTION: Design and construct left turn lanes on Andover Park East and reconstruct traffic signal. JUSTIFICATION: Improve safety and provide needed capacity. STATUS: Design Report will identify costs. MAINT. IMPACT: Annual signal re- lamping and routine operations. COMMENT: Project is on Traffic impact fee list. Mitigation is from Westfield Mall. FINANCIAL Through Estimated (in $000's 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL EXPENSES • Project Location 1i,•4 "t 5 -� -_ 8168 St !t ■y�. St 7� _ �, , st '11, ll Design 120 f a ..inner W.a .� % �� wry w tt . ' •f - r >.3 20 140 Land(R/W) / wi AO ) i of 00. a 0 Const. Mgmt. 75 75 Construction 527 527 TOTAL EXPENSES 0 0 120 0 0 0 0 0 622 742 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 20 20 Traffic Impact Fees 55 55 City Oper. Revenue (20) 0 65 0 0 0 0 0 622 667 TOTAL SOURCES 0 0 120 0 0 0 0 0 622 742 2014 - 2019 Capital Improvement Program 24 • Project Location 1i,•4 "t 5 -� -_ 8168 St !t ■y�. St 7� _ �, , st '11, ll t i� s S. f a ..inner W.a .� % �� wry w tt . ' •f - r >.3 UWand9r' Mitl Trpenp a / wi AO ) i of 00. a 2014 - 2019 Capital Improvement Program 24 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 PROJECT: West Valley Hwy /S 156 St Intersection * Project No. 99310410 Zone 1 DESCRIPTION: Design and construct safety and capacity improvements at intersection; add northbound left turn lane for HOV and transit. JUSTIFICATION: Vehicle and pedestrian safety and capacity improvement needed. STATUS: Will submit grant application to Puget Sound Regional Council when funding available. MAINT. IMPACT: Primarily state; minimal change. COMMENT: Project is on Traffic impact fee list. Developer contributions and proposed Federal PSRC grant of $440,000. FINANCIAL Through Estimated (in $000's 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL EXPENSES .s Project Location s` „�, y0.` Design • , r Illucl 75 lit ., �. F /'► Up414 Dr iNCSntl trams d 50 125 Land (RAN) ii4r0� Y, 1 1 41a 1 s Tao .. • GIs 0 Const. Mgmt. 102 102 Construction 880 880 TOTAL EXPENSES 0 0 75 0 0 0 0 0 1,032 1,107 FUND SOURCES Awarded Grant 0 Proposed Grant 440 440 Mitigation Actual 0 Traffic Impact Fees 75 75 City Oper. Revenue 0 0 0 0 0 0 0 0 592 592 TOTAL SOURCES 0 0 75 0 0 0 0 0 1,032 1,107 2014 - 2019 Capital Improvement Program 25 .s Project Location s` „�, y0.` , . : • , r Illucl lit ., �. F /'► Up414 Dr iNCSntl trams d m ii4r0� Y, 1 1 41a 1 s Tao .. • GIs 2014 - 2019 Capital Improvement Program 25 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 PROJECT: S 133 St/SR599 Southbound Intersection * Project No. 99510405 Zone 3 DESCRIPTION: Design and construct intersection improvements including signalization, lighting, crosswalks, and drainage. JUSTIFICATION: Traffic is increasing, improvements will provide increased safety and capacity. STATUS: Traffic Study and design report will identify costs. WSDOT approvals are needed within limited access as well as coordination with the Interurban signals. MAINT. IMPACT: Annual signal lamping and routine operations. COMMENT: Proposed Federal TEA -21 grant of $460,000. Project is on impact fee list. FINANCIAL Through Estimated in $000's 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL EXPENSES • Project Location �� 1rtir >11., �r-- ,� k`►aa• . 14 4N Design 20 -. ; • , All■ % lim, 1 60 80 Land (R/W) • 1 3 re214*/4:tt 0 Const. Mgmt. ee , S tae WI r 47 8, 60 60 Construction 404- 510 510 TOTAL EXPENSES 0 0 20 0 0 0 0 0 630 650 FUND SOURCES Awarded Grant 0 Proposed Grant 460 460 Mitigation Actual 0 Traffic Impact Fees 24 4 28 City Oper. Revenue (24) (4) 20 0 0 0 0 0 170 162 TOTAL SOURCES 0 0 20 0 0 0 0 0 630 650 2014 - 2019 Capital Improvement Program 28 41 • Project Location �� 1rtir >11., �r-- ,� k`►aa• . 14 4N Nell -. ; • , All■ % lim, 1 Ihji % & b la IMIll • 1 3 re214*/4:tt � 8 144 8t ee , S tae WI r 47 8, 404- 2014 - 2019 Capital Improvement Program 28 41 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 PROJECT: Macadam Rd & S 144th St Intersection * Project No. 90610405 Zone 2 DESCRIPTION: Design and construct intersection improvements on Macadam Road (east of 1 -5). In order to meet the Council adopted concurrency standard, this intersection needs additional capacity to JUSTIFICATION: accommodate expected growth. Improvements to be studied include potential signalization or channelization modifications. STATUS: MAINT. IMPACT: Minimal to moderate, depends on the final improvement selected.. COMMENT: Project is on the Traffic impact fee list for design. FINANCIAL Through Estimated in $000's 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL EXPENSES Project Location • •� N r � 4 Design g Ili 17 \ , 4, . A 90 107 Land (R/W) j "If 90 90 Const. Mgmt. l!ck---. I\o l ;4 '' , CIS 6too& ' ij . —. 60 60 Construction 370 370 TOTAL EXPENSES 0 0 17 0 0 0 0 0 610 627 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Traffic Impact Fees 23 8 31 City Oper. Revenue (23) (8) 17 0 0 0 0 0 610 596 TOTAL SOURCES 0 0 17 0 0 0 0 0 610 627 2014 - 2019 Capital Improvement Program 29 42 Project Location • •� N r � 4 3 li g Ili ' \ , 4, . A 8,50 $t j "If �''41" ` s l!ck---. I\o l ;4 '' , CIS 6too& ' ij . —. 2014 - 2019 Capital Improvement Program 29 42