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