HomeMy WebLinkAboutReg 2015-09-08 Item 4C - Agreement - 53rd Avenue South (South 137th Street-South 144th Street) Design with KPG Inc for $575,731.49COUNCIL AGENDA SYNOPSIS
Initials
Meetin Date
Pre aced b
Mayor I s review
Council review
09/08/15
BG
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance ❑ Fire ❑ IT ❑ P&'R ❑ Police ® PW
SPONSOR'S This contract is to provide engineering design services for the 53`d Ave S Project that
SUMMARY includes reconstructing the roadway, drainage, sidewalks, illumination, water and sewer
upgrades and undergrounding of overhead utilities. Requests for Proposals were emailed
through the MSRC Consultant Roster and three firms were interviewed. KPG, Inc. was
selected as the firm that best met the requirements. Council is being asked to approve the
contract with KPG in the amount of $575,731.49
RI \,A=WED BY ❑ COW Mtg. ❑ CA &P Cmte ❑ F &S Cmte ® Transportation Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 08/17/15 COMMITTEE CHAIR: JOE DUFFIE
RECOMMENDATIONS:
SPONSOR /ADMIN. Public Works Department
COMMIT 1'EE Unanimous Approval; Forward to Consent Agenda
COST IMPACT / FUND SOURCE
EXPENDITURE RI QUIRF.D AMOUNT BUDGETED APPROPRIATION REQUIRED
$575,731.49 $641,000.00 $0.00
Fund Source: 103 RESIDENTIAL STREETS, 401 WATER, 402 SEWER, 412 SWM (PAGES 6, 62, 77, 87, 2015 CIP)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
09/08/15
ITEM INFORMATION
ITEM NO.
4.C.
65
STAFF SPONSOR: BOB GIBERSON
ORIGINALAGENDA DATE: 09/08/15
AGENDA ITEM TITLE 53rd Ave S (S 137th St - S 144th St)
Consultant Selection and Agreement with KPG, Inc.
CAT I?,GORY ❑ Discussion
Mtg Date
® Motion
Mtg Date 09/08/15
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance ❑ Fire ❑ IT ❑ P&'R ❑ Police ® PW
SPONSOR'S This contract is to provide engineering design services for the 53`d Ave S Project that
SUMMARY includes reconstructing the roadway, drainage, sidewalks, illumination, water and sewer
upgrades and undergrounding of overhead utilities. Requests for Proposals were emailed
through the MSRC Consultant Roster and three firms were interviewed. KPG, Inc. was
selected as the firm that best met the requirements. Council is being asked to approve the
contract with KPG in the amount of $575,731.49
RI \,A=WED BY ❑ COW Mtg. ❑ CA &P Cmte ❑ F &S Cmte ® Transportation Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 08/17/15 COMMITTEE CHAIR: JOE DUFFIE
RECOMMENDATIONS:
SPONSOR /ADMIN. Public Works Department
COMMIT 1'EE Unanimous Approval; Forward to Consent Agenda
COST IMPACT / FUND SOURCE
EXPENDITURE RI QUIRF.D AMOUNT BUDGETED APPROPRIATION REQUIRED
$575,731.49 $641,000.00 $0.00
Fund Source: 103 RESIDENTIAL STREETS, 401 WATER, 402 SEWER, 412 SWM (PAGES 6, 62, 77, 87, 2015 CIP)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
09/08/15
MTG. DATE
ATTACHMENTS
09/08/15
Informational Memorandum dated 08/14/15
Scoring Matrix
Pages 6, 62, 77, and 87, 2015 CIP
Consultant Agreement, Scope of Work, and Fee
Minutes from the Transportation Committee meeting of 08/17/15
65
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Transportation Committee ACA
FROM: Bob Giberson, Public Works Director
By: Ryan Larson, Senior Program Manager
DATE: August 14, 2015
SUBJECT: 53rd Ave South (S 137th St — S 144th St)
Project No. 99110301
Consultant Selection and Agreement
ISSUE
Approve a Consultant Agreement with KPG, Inc. to provide engineering design services for the 53rd Ave S project.
f l_T 101 T611IN
This design contract is for the reconstruction of 53rd Ave S from S 137th St to S 144th St. The 53rd Ave S Project's
design will include reconstructing the roadway, drainage, sidewalks, illumination, water main and sewer upgrades,
and undergrounding of overhead utilities. City Residential Street, Water, Sewer, and Surface Water funds will be
used to fund the design effort. Transportation Improvement Board (TIB) Funding and other grant sources are being
sought to fund a large portion of the construction phase.
ANALYSIS
A Request for Proposals was sent via email on June 16, 2015 to all firms listed on the MSRC Consultant Roster
advertising Civil, Construction Management, and Roadway, Bikeway, and Walkway Design Services. Ten proposals
were received on July 2, 2015. The consultant qualifications were reviewed and scored and three firms, Perteet,
KPG, and KPFF, were selected for interviews and further consideration. Interviews were conducted on July 23, 2015
and KPG was selected as the firm that best met the requirements for this type of project. KPG's approach to the
project included a proposal to use public meetings similar to those they used on the Cascade View Drainage Project
where they were able to affectively work with multiple property owners. KPG also excelled with a proven track record
of helping jurisdictions obtain grant funding, including State TIB grants.
BUDGET SUMMARY
Contract Budget
KPG
$ 575,731.49
Contingency 10%
57,573.15
Residential Streets
193,000.00
Residential Streets ROW portion
23,000.00
Water (401)
125,000.00
Sewer (402)
100,000.00
Surface Water (412)
200,000.00
Total
$ 633,304.64 $ 641 000.00
RECOMMENDATION
Council is being asked to approve the contract with KPG Inc. in the amount of $575,731.49 to perform design
engineering services for the 53rd Ave S Project and consider this item on the Consent Agenda at the September 8,
2015 Regular Meeting.
Attachments: Scoring Matrix
2015 CIP Pages 6, 62, 77 and 87, 2015 CIP
Consultant Agreement
W:\PW Eng\PROJECTSW- RW & RS Projects\53rd Ave S (99110301) \Design Consultant Selection \Info Memo KPG PE 08 -14 -15 gl - sb.docx
67
53rd Ave S.
Consultant
Scoring Matrix
Total Possible Points
v
v `�
m V
Q¢ oc ova
:�
00 e
J iC , �0 a 0 � ,v
r
yew � . 0
m
a a 1 o ' 0b •c m
o V 0
v.go ,z,
O ,1/40 „1/40 v..0 ■
v. C
.a, .o F ��� ��� �'�� to
c, ¢`�, mom P•Q �`k ,mc
¢`
150
200
200
100
150
200
1000
KPG
145
190
187
95
145
197
959
1
Perteet
138
188
183
65
145
187
906
2
KPFF
120
180
177
78
145
187
887
3
Reviewer Name: Combined Average Scores from three Reviewers
Ryan Larson, Robin Tischmak, Scott Bates
Date: 7/23/15
W: \PW Eng \PROJECTS\A- RW & RS Projects \53rd Ave S (99110301) \Design Consultant Selection \Scoring Matrix.xlsScoring Matrix.xls
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT: 53rd Ave S (S 137th St - S 144th St) Project No. 99110301
EXPENSES
Design and construct urban residential street improvements that include curb, gutter, sidewalk, undergrounding,
DESCRIPTION:
and illumination. Street will coordinate with Water $1.1 m, Sewer $830k, and Surface Water $1.5m CIP projects.
JUSTIFICATION:
Provide pedestrian and vehicle safety, drainage, and neighborhood revitalization.
STATUS:
Undergrounding is included in the estimate at this time. Grant applications in 2014 for 2015/16.
MAINT. IMPACT:
Reduce pavement, shoulder, and drainage work.
State TIB & Pedestrian Safety grants are proposed with Water, Sewer and Surface Water as match.
COMMENT:
See additional pages in Enterprise funds under 53rd Ave S Projects. Seattle City Light is now negotiating
190
a 60/40 underground split and undergrounding costs have been added to project.
FINANCIAL
Through Estimated
/in tnnn's1
2n13 201d 2015 2016 2017 2018 2019 2020 RFYOND TOTAL
EXPENSES
Design
190
3
193
Land(R/W)
100
100
Const. Mgmt.
120
120
240
Construction
800
800
1,600
Undergrounding
2,250
2,250
TOTAL EXPENSES
01
0 1
290
1 3,173
1 920
1 0
1 0
1 0
1 01
4,383
FUND SOURCES
Awarded Grant
0
Proposed Grant
174
1,082
507
1,763
Seattle City Light
1,350
1,350
Bond
0
City Oper. Revenue
0
0
116
741
413
0
0
0
0
1,270
TOTAL SOURCES
0
0
290
3,173
920
0
0
0
0
4,383
2015 - 2020 Capital Improvement Program 6
70
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT:
53rd Ave S Water Main Replacement Project No. 90540106
Along with Residential street and surface water improvements, install approximately 3,000 LF of new
DESCRIPTION:
12" water line along 53rd Ave S from Interurban Ave S to S 144th St.
This provides a needed loop within the distribution system and will improve water service and fire
JUSTIFICATION:
flows to the north side of Tukwila Hill.
STATUS:
Design in 2015, with construction in 2016 and 2017.
MAINT. IMPACT:
125
The water main route will be along 53rd Ave S from Interurban Ave S and 52nd Ave S to 53rd Ave S,
COMMENT:
then along S 137th St to 53rd south to S 144th St.
FINANCIAL Through Estimated
(in 1000'sl 2013 2014 2015 2016 2017 2018 2019 2020 BEYOND TOTAL
EXPENSES
Project Location
. s ;2® =�
S�Stz %
t If � 111!!7
Design
125
?H 3t X10 4718 -
125
Land (R/W)
i
_
162 S% w
�.w
1
_ S 158 St-� • -. s
7
9IGO St O ,
0
Const. Mgmt.
67
68
135
Construction
450
450
900
TOTAL EXPENSES
1 01
01
125
1 517
1 518
1 01
0
1 01
01
1,160
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
0
0
125
517
518
0
0
0
0
1,160
TOTAL SOURCES
0
01
125
1 517
1 518
1 01
01
01
0
1 1,160
2015 - 2020 Capital Improvement Program 62
71
Project Location
. s ;2® =�
S�Stz %
t If � 111!!7
?H 3t X10 4718 -
so
T` t�v t
i
_
162 S% w
�.w
1
_ S 158 St-� • -. s
7
9IGO St O ,
2015 - 2020 Capital Improvement Program 62
71
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT: 53rd Ave S Sewer Rehabilitation Project No. 91440205
DESCRIPTION: Rehabilitation of 2,100 LF +/- of sanitary sewer that was installed in 1972 in 53rd Ave S from S 137th St
to S 144th St. Coordinate with Street, Water, and Surface Water improvements.
JUSTIFICATION: The rehabilitation of the sanitary sewer will reduce the need to disturb the new roadway.
STATUS:
MAINT. IMPACT: Expected to decrease maintenance.
COMMENT:
FINANCIAL Through Estimated
(in 4000'sl 2013 2014 2015 2016 2017 2018 2019 2020 BEYOND TOTAL
EXPENSES
Project tvaatfo►n,
Mar- L
`-
s S sLJ
1 �
1 3 �
Fri
Design
100
�$ 9
W*
100
200
Land (R/W)
/.....!
p
1a_,% � 'a
s
0
Const. Mgmt.
100
1,000
1,100
Construction
630
6,000
6,630
TOTAL EXPENSES
1 01
01
100
1 730
1 01
01
01
01
7,100
1 7,930
FUND SOURCES
Awarded Grant
0
Proposed Bond /ULID
7,100
7,100
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
0
0
100
730
0
0
0
0
0
830
TOTAL SOURCES
0
0
1 100
1 730
1 01
0
1 0
1 01
7,100
1 7,930
D
Project tvaatfo►n,
Mar- L
`-
s S sLJ
1 �
1 3 �
Fri
�$ 9
W*
/.....!
p
1a_,% � 'a
s
2015 - 2020 Capital Improvement Program 77
72
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT:
53rd Ave S Surface Water Drainage System Project No. 90341213
ILIMA
Replace existing storm drainage system. Provide bioswales along 53rd Ave S and a water quality structure
DESCRIPTION:
at the downstream end of the system to treat storm water runoff. Purchase right -of -way, if required, for
bioswale construction and provide asphalt overlay.
New conveyance system will reduce flooding on right -of -way and private property. Existing system is in poor
JUSTIFICATION:
condition and street runoff flows onto private property.
STATUS:
In conjunction with Street and Water improvements.
MAINT. IMPACT:
Expected to decrease maintenance.
COMMENT:
�S ��
FINANCIAL Through Estimated
tin s000'sl 2013 2014 2015 2016 2017 2018 2019 2020 BEYOND TOTAL
EXPENSES
ILIMA
S 30
r
'a V
Design
A,
qq
4111
200
,
�S ��
�(� i
x�s••r9 7 b6 St ii ,'� � �� g
200
Land (R/W)
0
Const. Mgmt.
100
95
195
Construction
500
569
1,069
TOTAL EXPENSES
0
0
200
600
664
0
0
0
0
1,464
FUND SOURCES
Awarded Grant
0
Proposed Grant
120
360
398
878
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
0
0
80
240
266
0
0
0
0
586
TOTAL SOURCES
0
0
200
1 600
664
1 0
1 01
01
01
1,464
Project Location
ILIMA
S 30
r
'a V
bb
_ 144 St
A,
qq
4111
,
�S ��
�(� i
x�s••r9 7 b6 St ii ,'� � �� g
Tukwl %N Pkwy y
2015 - 2020 Capital Improvement Program 87
73
74
City of Tukwila Contract Number:
6200 Southcenter Boulevard, Tukwila WA 98188
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City ", and kl'G, Inc., hereinafter referred to as `the Consultant ", in consideration
of the mutual benefits, terms, and conditions hereinafter specified.
I . Project Designation. The Consultant is retained by the City to perform engineering services
in connection with the project titled `53rd Avenue South (S 144`x' Strect to S 137"' Street)'.
2. Scope of Services. The Consultant a0rees 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 frill farce and
effect for a period commencing upon execution and ending December 31 2016, 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, 2016 unless an extension of such time is granted in writing by the
City.
4. Pavment. 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 $575,731.49 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.
75
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
Agrecnnent 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
documcnts, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with I.,atr,s. 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, damagcs,
losses or suits including attorney fecs, 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 damagcs 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 injut-ics 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
lawv or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
CA revised : 1 -2013
76
Automobile Liability insurance with a minimum combined single ]unit 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.
Page 2
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City, shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers* ornpensation 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 ctaim and
51,000,000 policy aggregate limit. Professional liability insurance shall be
appropriate to the Consultant's profession.
13. 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,
1). 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 (IS) days of execution
of this Agreement.
F. 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 live 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. Tile 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
77
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, con -m ission, 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. hi 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. Severabilitv 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
i
Page 4
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcentcr Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
KPG
753 9"' Avenue North
Seattle, WA 98109
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
Supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
DATED this day of
CITY OF TUKWILA
Mayor, Jim flaggerton
Attest /Authenticated:
City Clerk, Christy O'Flaherty
CA revised : 1 -2013
2015.
CONSULTANT
t
By:
Printed Narne:Nelson Davis KPG
Title:_ Principal
Approved as to Form:
Office of the City Attorney
Page S
79
:1
EXHIBIT A
City of Tukwila
53rd Avenue South
S144 th Street to S 137th Street
KPG
Scope of Work
August 11, 2015
PURPOSE:
This project includes preparation of final Plans, Specifications and Estimates for the 53rd
Avenue South Project. Project elements include:
Roadway (Project No. 9910301)
Pavement restoration, minor widening; curb, gutter, and sidewalk; shared bicycle
markings; channelization; ADA upgrades; illumination; franchise utility
undergrounding, retaining walls, and landscape restoration between S 144th Street
and S 137th Street.
Surface Water (Project No. 90341213)
Installation of new conveyance system from S 144th Street to S 137th Street,
including water quality and flow control measures as required to mitigate roadway
project. Opportunities to retrofit existing roadway will be evaluated and implemented
where practical based on cost effectiveness and available right of way.
Water (Project No. 90540106)
Installation of new water main and appurtenances between S 144th Street and
Interurban Avenue South.
Sewer (Project No. 91440205)
Provide necessary utility adjustments to match new roadway grades, install a side
street extension to the vacant S 142nd Street right of way, and evaluate pipe
inspection videos for potential spot repairs to existing sewer and /or manholes.
Work includes necessary base mapping, design, State Environmental Protection Agency
(SEPA) documentation, Cultural Resources, and franchise utility coordination.
City of Tukwila Page 1 of 9 KPG
53'-d Avenue South 8111115
SCOPE OF WORK:
Task 1 Project Management/Coordination /Administration.
1.1 Provide project management administrative services including:
♦ Project set -up and execute agreement
♦ Execution of subconsultant agreements
♦ Preparation of monthly progress reports and invoices
♦ Record keeping and project closeout
1.2 Provide overall project management including:
♦ Project staff management and coordination
♦ Subconsultant management and coordination
♦ Prepare and update project schedule
♦ Schedule and budget monitoring
1.3 Coordinate with City staff, including preparation and attendance of up to 8
coordination meetings throughout the duration of the project. Level of effort for this
task is based on an average of 2 Consultant staff at each of the following meetings:
♦ One formal kickoff meeting at project start
♦ Monthly meetings at the City throughout the project duration (estimate 7).
1.4 Provide QA / QC reviews by senior staff of all major deliverables prior to submittal to
the City.
Deliverables
♦ Project Schedule and necessary updates
♦ Monthly progress reports and invoicing
♦ Meeting agendas and minutes including a summary of decisions made / needed
resulting from design coordination meetings.
Task 2 Survey and Base Mapping.
Limits of survey: 53`d Avenue S (Approximately 60 feet wide plus additional at driveways
and side streets) from the south side of S 144th Street to the north side of S 137th Street
and from S 137th Street to Interurban Avenue S along the proposed water line replacement
route.
2.1 Establish horizontal and vertical control points along the corridor for field topographic
survey. Basis of control will be City of Tukwila Datum. The CONSULTANT will
locate, field survey, and calculate positions for all monuments and control points
throughout the project limits, using the Washington State plane coordinate system.
Conventional or GPS surveying methods will be used on this project. Monuments or
corners to be located and field surveyed include the following:
• Section Corners
• Side street monuments
• Property Corners
City of Tukwila Page 2 of 9 KPG
53"'A venue South 8111115
MA
2.2 Field Survey and Note Reduction. Perform note reduction of the field survey data.
2.3 Mapping work to prepare 1 " =20' topographic base map and digital terrain model
(DTM) in AutoCAD format of the project within the limits described above.
2.4 The Consultant will retain the services of a firm to field locate and paint all utility
locations within the project corridor so that they can be surveyed and incorporated
into the base maps. Service line locations and gravity storm and sewer will not be
field located. Perform field survey to locate paint marks including surface features
(valves, manholes, catch basins, junction boxes, vaults, etc). Irrigation systems will
not be included.
2.5 Perform observation and measure -downs of existing storm drain catch basins and
manholes. The approximate size, type (brick, concrete), and general condition of the
structures to confirm suitability for continued use, and approximate size and location
of storm drainage pipes will be documented. These observations will be made from
the surface.
2.6 The Consultant shall survey the utility potholes performed by franchise utilities
and /or subconsultant. The budget includes a $10,000 allowance for potholing of City
owned facilities.
Deliverables
♦ Electronic copies of the completed field topographic base map in PDF and
AutoCAD.
Task 3 Public Outreach I License to Construct
3.1 Prepare flyer describing project and to obtain rights of entry for survey and mapping
to ensure smooth transition with adjacent improvements. Mailing and postage will
be provided by the City.
3.2 Prepare for and attend up to two (2) community open house meetings. Mailing
meeting notices and room arrangements will be provided by the City.
3.3 Prepare license to construct forms and exhibits for each property along the corridor.
Conduct up to 20 one -on -one meetings with adjacent residents to describe the
project and obtain right of entry signatures.
Deliverables
♦ Camera -ready mailings and flyers.
♦ Open house meeting graphics
♦ Right of entry forms and exhibits (40 parcels)
♦ Summary Notes from open house meetings.
City of Tukwila Page 3 of 9 KPG
53"1 Avenue South 8111115
F;
Task 4 Stormwater Preliminary Design and Alternatives Analysis
The Consultant shall prepare preliminary engineering of stormwater management and
conveyance facilities required for the project. Preliminary engineering will include the
following sub - tasks:
4.1 Compile and review existing stormwater data, including GIS data, record drawings,
and previous storm drainage reports for projects in the vicinity of the proposed
roadway improvements.
4.2 Perform an offsite analysis in accordance with Section 2.3.1 of the 2009 King County
Surface Water Design Manual ( KCSWDM). The analysis will extend downstream
from the approximately 1/4 mile to the Duwamish River outfall.
4.3 Analyze all applicable Core and Special Requirements of the KCSWDM to determine
stormwater management requirements that will apply to the project.
4.4 Identify potential alternatives for meeting stormwater management requirements of
the KCSWDM, and a full retrofit of the roadway for water quality treatment. Perform
preliminary calculations for sizing alternatives facilities and prepare conceptual
drawings to illustrate each alternative.
4.5 Perform alternatives evaluation, consisting of planning -level cost estimates and
evaluation of advantages and disadvantages for each alternative for use in
alternative selection by the City.
4.6 Prepare and submit a Draft Stormwater Design Report to document the preliminary
stormwater design activities performed in the above subtasks. The report will identify
a recommended alternative for the stormwater management design.
4.7 Prepare a Final Stormwater Design Report.
Deliverables
♦ Conceptual Drawings to illustrate each stormwater alternative., 1 electronic file
in PDF format
♦ Draft Stormwater Design. Report, 2 bound copies of report and 1 electronic file
in PDF format
♦ Final Stormwater Design Report, 2 bound copies of report and 1 electronic copy
in PDF format
Assumptions
♦ The storm drainage design will be in accordance with the standards of the City
of Tukwila Municipal Code (14.30.060), including the 2009 King County Surface
City of Tukwila Page 4 of 9 KPG
53 "'Avenue South 8111115
. it
Water Design Manual (KCSWDM) and the City's 2010 Infrastructure Design and
Construction Standards.
♦ The King County Runoff Time Series (KCRTS) will be used for hydrologic
modeling and design of stormwater management facilities.
♦ XP Storm software by XP Solutions will be used for hydraulic modeling if
required for offsite analysis.
♦ Water quality treatment alternatives will include a full retrofit of the roadway,
even if Core Requirement 8 of the KCSWDM requires less than a full retrofit.
Task 5 Geotechnical Report
The Consultant shall coordinate with a qualified geotechnical firm to complete field
investigations to support the project as follows:
5.1 Review existing preliminary plans and geotechnical, geological and environmental
reports for the immediate area.
5.2 Plan, coordinate, and manage the field investigation, which will include the following:
• Obtain right -of -way permits from the City for the field investigation.
• Mark core /boring exploration locations and request public utility locates. A
separate trip to the site will be necessary to mark the exploration locations in
order to get the utility locates completed, and a second trip will be necessary
to observe locates and verify no conflicts exist or to select an alternate
exploration location.
• Complete up to eight borings at an average of approximately 15 feet to
explore the existing pavement section, underlying subgrade conditions,
infiltration capacity, and to determine wall design parameters. Up to 3 wells
will be left in place in order to monitor seasonal groundwater fluctuations.
5.3 Complete geotechnical laboratory analyses on disturbed soil samples obtained from
the explorations, including up to four moisture content determinations, up to four
grain -size determinations, up to four cation exchange capacity tests, and up to four
organic matter content determinations.
5.4 Prepare a draft (electronic PDF copy) and final report summarizing our findings,
conclusions, and recommendations related to the following:
Subsurface soil and groundwater conditions and results the of laboratory
testing
• Feasibility of stormwater infiltration potential of native soil based on
City of Tukwila Page 5 of 9 KPG
53"Avenue South 8111115
LIR
subsurface conditions encountered, and limited laboratory testing that
includes grain -size analyses
• Potential of existing soil to provide water quality treatment
• Foundation recommendations for luminaires based on Washington State
Department of Transportation Chapter 17
O Provide recommendations for wall design and pavement section
Deliverables
♦ Draft and Final Geotechnical letter report
Task 6 Final Plans, Specifications and Estimates
The Consultant shall prepare Final Plans, Specifications and Estimates for advertisement
and award by the City. Plans shall be formatted to provide sufficient detail for convenient
field layout of all proposed facilities. City standard details and WSDOT standard plans will
be supplemented with project specific details as required. Final bid documents will be
signed by a licensed professional engineer in the State of Washington.
6.1 Coordinate with Seattle City Light, CenturyLink and Comcast Cable to develop a
preliminary undergrounding of overhead utilities plan. Each utility company will
provide a schematic design of their proposed undergrounding facilities, including
vaults, number and size of conduits, temporary pole relocations, and terminal pole
locations. The Consultant shall incorporate the utility provided information into a
preliminary aerial conversion plan compatible with proposed corridor improvements.
The Consultant will prepare a summary table of existing connection type by parcel
and provide the City with a summary of properties that need to be converted to
underground service.
6.2 Analyze illumination to provide levels consistent with the current City illumination
standards. Prepare a preliminary layout of the street illumination system and include
supporting calculations in a brief technical memorandum.
6.3 Develop retaining, wall cross section alternatives (plan and typical section) and
comparative level of opinion of cost. In determining the type of wall to use, the
Consultant will analyze cost and constructability of each wall system. As the
structural design needs for walls is unknown, the budget includes a $30,000
allowance for structural / geostructural design services.
6.4 Prepare draft Technical Information Report in accordance with City stormwater
requirements to include additional water quality facilities approved in task 4.
6.5 The Consultant shall prepare 30% Plans and Estimate for City review and comment.
Plans will contain a roadway profile and sufficient plan view information to allow
verification of scope by City departments prior to final design. Draft TIR, urban
design /landscape memorandum, and illumination calculations will be included with
City of Tukwila Page 6 of 9 KPG
53 "" Avenue South 8111115
:•
the 30% submittal.
6.6 The Consultant shall incorporate City comments and prepare 60% Plans, and
Estimate for City review and comment.
6.7 The Consultant shall address City comments and finalize TIR.
6.8 The Consultant shall incorporate City comments and prepare 90% Plans,
Specifications, and Estimate for City review and comment. Specifications will be
based on WSDOT /APWA and City Standards.
6.9 Prepare contract specifications for the 90% and Bid submittals based on
WSDOT /APWA standards (English), grant funding requirements, and applicable
LAG standards.
6.10 Perform 30 %, 60 %, 90% and Bid Document quantity take -offs and opinion of costs.
6.11 The Consultant shall incorporate comments and finalize bid documents. Bid
documents will be uploaded to bxwa.com for advertisement by the City. It is
anticipated that final plans will include the following sheets. Sheets may be
combined or separated for clarity:
Cover sheet
(1 sheet)
Sheet Index, Survey Control & Alignment Data (1 sheet)
Legend and Abbreviations
(1 sheet)
Roadway Sections
(1 sheet)
Paving Details
(2 sheets)
Drainage Details
(4 sheets)
Right of Way Plans
(5 sheets)
Site Preparation and Erosion. Control Plans
(6 sheets)
Roadway Plans
(5 sheets)
Roadway Profiles
(5 sheets)
Drainage Plans
(5 sheets)
Drainage Profiles
(5 sheets)
Water Plans and Details
(9 sheets)
Sanitary Sewer Plans and Details
(3 sheets)
Driveway Plan and Profiles
(10 sheets)
Retaining Wall Plan and Elevations
(8 sheets)
Retaining Wall Details
(4 sheets)
Landscape Restoration Plans and Details
(8 sheets)
Illumination Plans and Details
(6 sheets
Channelization and Signing Plans and Details
(6 sheets)
Joint Utility Plans and Details
7 sheets
TOTAL = 102 sheets
6.12 The Consultant shall provide bid period services to include responses to bidder
inquiries, preparation of addenda, attendance at bid opening, preparation of bid
City of Tukwila Page 7 of 9 KPG
53 "j Avenue South 8111115
M.
tabulation, and recommendation to award or reject the apparent low bidder. The
budget assumes a straight forward review process with the low bidder receiving the
contract award.
Deliverables
♦ 30% Plans ('/2 size) & estimate, 5 bound, 1 unbound copy, 1 electronic file in
PDF format
♦ 60% Plans (' /z size), specifications & estimate, 5 bound, 1 unbound copy, 1
electronic file in PDF format
♦ 90% Plans (%2 size), specifications & estimate, 5 bound, 1 unbound copy, 1
electronic file in PDF format
♦ Final Bid Documents, 10 bound copies '/2 size Plans, 1 electronic file in PDF
format.
Task 7 Environmental.
7.1 Cultural Resources Investigation. The Consultant will conduct the required cultural
resources assessment in compliance with Washington State EO05 -05.
7.2 SEPA Checklist:The Consultant will prepare a SEPA checklist for the project
improvements for based on the reviewed 30% Plans.
Deliverables:
♦ An electronic copy of the draft Cultural Resources report in Adobe PDF.
♦ An electronic copy in Adobe PDF and three (3) paper copies of the final Cultural
Resources report..
♦ SEPA submittal copies as required.
Task 8 Right of Way Calculations
Perform the following work items necessary to establish the existing right -of -way (ROW)
along the corridor based on publicly available information. Title research is not anticipated
or included in the project budget.
8.1 Research Records. Determine which existing corners and monuments should be
field located and surveyed.
8.2 Calculations for ROW lines. Using the research information and the survey work
described above, calculate location and surveyed corners, roadway features and
monuments. Incorporate existing right of way into project base maps.
8.3 Analyze right of way needs based on approved 30% Plans and develop right of way
Plans. It is anticipated that right of way and /or easements may be required at curb
returns at sidewalks, for retaining walls, and other site utilities.
8.4 Obtain title reports for up to 12 parcels and prepare up to 12 legal descriptions and
City of Tukwila Page 8 of 9 KPG
53 "' Avenue South 8/11/15
exhibits for right of way takes, wall easements, and /or utility easements.
Deliverables:
♦ Right of way information will be incorporated into the project base maps.
♦ Up to 12 legal descriptions and exhibits.
Additional Services
The City may require additional services of the Consultant in order to advance all or portions of
the project corridor through final design and construction. This work may include items
identified in the current task authorizations as well other items, which may include, but are not
necessarily limited to the following:
♦ Obtaining title reports and providing final right of way / easement legal
descriptions and exhibits beyond the quantity estimated in the scope (12
parcels)
♦ Providing property appraisals and negotiations
♦ Providing additional permitting or environmental studies
♦ Providing additional design services
♦ Providing construction services
These services will be authorized under a future contract supplement if necessary. At the
time these services are required, the Consultant shall provide a detailed scope of work and
an estimate of costs. The Consultant shall not proceed with the work until the City has
authorized the work and issued a notice to proceed.
City of Tukwila Page 9 of 9 KPG
53'd Avenue South 8111115
.e
•o
HOUR AND FEE ESTIMATE
Project: City of Tukwila
53rd Avenue South
S 144th Street to S 137th Street
EXHIBIT B
KPG
• Architecture •
Landscape Architecture
• Civil Engineering •
Task Description
"Labor Hour Estimate
Project Senior ; Project Design . ' Survey Senior Office
Manager - Engineer ; Engineer ; Eng / LA Technician Crew Admin Admin
$ 184.79 $ 157.13 $ 113.12 1 $ 100.57 $ 81.72 $ 151.66 ' $ 106.86 $ 71.96
Total Budget
Task1 - Management/coordination /administration
1.1 Project administration 8 0
1.2 Project management and coordination (12 months) 24 12
1.3 City staff design coordination meetings 16 8
1.4 QA/QC reviews 8
Mileage
Reproduction
Budget
0
0
16
8 0
0
0
0
0
0
_0
16
0
0
0
0
0
12
8
0
0
3,624.21
8,039.05
7,906.83
2,735.39
Task Totals
56 28 16 0 16 0 20 32 $ 22,305.48
Task 2 - Survey and Mapping
2.1 Establish alignment control
2.2 Field survey and note reduction
2.3 Prepare base maps and DTM
2.4 Coordinate utility locate services
2.5 Storm measuredowns
2.6 Pick up utility pothole information
Utility locate service
Utility potholing allowance
Mileage
Reproduction
Task Totals
0 2 16 0 0 10 0 0 S 3,640.83
0 4 8 0 0 100 0 0 S 16,699.90
0 4 24 100 0 0 0 0 S 13,400.32
0 0 2 8 0 4 0 0 S 1,637.45
0 0 0 12 0 24 0 0 $ 4,846.77
0 0 0 8 0 16 0 0 S 3,231.18
S 6,000.00
S 10,000.00
S 200.00
$ 100.00
o 10 50 128 0 154 0 0 $ 59,756.45
Task 3 - Public Outreach
3.1 Flyer for project description and survey 0 2 0 0 4 0 0 4 $ 928.97
3.2 Prepare for and attend community open houses (2) 4 8 24 0 16 0 0 8 S 6,594.25
3.3 Prepare license to construct exhibits and 1 on 1 mtgs 8 40 24 24 40 0 0 8 $ 16,736.41
Mileage S 200.00
Reproduction S 500.00
Task Total 12 50 48 24 60 0 0 20 $ 24,959.63
8/11/2015
HOUR AND FEE ESTIMATE
Project: City of Tukwila
53rd Avenue South
S 144th Street to S 137th Street
EXHIBITS
1‹. PG
• Architecture •
Landscape Architecture
• Civil Engineering •
Task Description
'Labor Hour Estimate
Project • Senior Project ; Design . Survey Senior Office
Manager Engineer ! Engineer ? Eng / LA Technician; Crew Admin . Admin
$ 184.79 i $ 157.13: $ 113.12: $ 100.57. $ 81.72 `: $ 151.66 $ 106.86 s' $ 71.96
Total Budget
Task 4 - Stormwater Preliminary Design and Alternatives Analysis
4.1 Compile and review available stormwater data 0
4.2 Offsite analysis
4.3 Drainage requirements analysis
4.4 Stormwater alternatives ID & development
4.5 Stormwater alternatives evaulation
4.6 Draft Stormwater Design Report
4.7 Final Stormwater Design Report
Mileage
Reproduction
Task Total
Task 5 - Geotechnical Report
Budget
4 8 0 0 0 0 0 $ 1,533.48
0 4 16 40 0 0 0 0 ,$ 6,461.21
0 2 4 0 0 0 0 0 $ 766.74
2 16 24 48 0 0 0 0 $ 10,425.87
2 4 8 8 0 0 0 0 S 2,707.62
1 12 24 8 0 0 0 8 S 6.165.49
1 2 4 2 0 0 0 8 $ 1,728.37
$ 100.00
S 250.00
6 44 88 106 0 0 0 16 S 30,138.78
5.1 Coordinate Geotechnical Report 2 4 8 8 4 0 0 2 S 3,178.41
GeoDesign $ 30,000.00
Mileage S -
Reproduction S 50.00
Task Total 2 4 8 8 4 0 0 2 5 33,228.41
Task 6 - Final Plans, Specifications, and Estimates
6.1 Coordination for utility undergrounding 8 16 40 16 16 0 0
6.2 Analyze and layout illumination system 2 8 24 0 8 0 0
6.3 Develop retaining wall recommendation 4 16 16 0 8 0 0
6.4 Prepare Draft TIR 2 4 40 20 • 0 0 0
6.5 Prepare 30% Plans 24 100 160 300 200 0 0
6.6 Prepare 60% Plans 24 80 160 240 180 0 0
6.7 Prepare Final TIR 0 2 8 4 0 0 0
6.8 Prepare 90% Plans 40 100 • 220 300 200 0 0
6.9 Prepare Specifications (90 %, Final) 4 16 40 16 8 0 0
6.10 Quantity and cost estimating (30 %. 60 %, 90 %, Final) 4 10 24 16 16 0 0
6.11 Finalize Bid Documents 4 40 80 80 40 0 0
6.12 Bid Period Services 4 8 1 8 8 4 0 0
Structural wall design allowance
Mileage
Reproduction
Task Total 120 400 820 1000
8
2
2
2
8
8
0
8
4
12,009.50
5,139.17
$ 5,860,83.
$ 7,678.24
$ 85,336.84
$ 74,525.80
$ 1,765.42
$ 95,080.80
$ 10.616.60
$ 7,941.92
$ 27,963.85
4;320.44
30;000.00
500.00
2;500.00
371,239:41
680 0
0
60
8/11/2015
HOUR AND FEE ESTIMATE
Project: City of Tukwila
53rd Avenue South
S 144th Street to S 137th Street
EXHIBIT B
KPG
• Architecture •
Landscape Architecture
• Civil Engineering •
Task Description
*Labor Hour Estimate
Project Senior Project Design Survey Senior , Office
Manager . Engineer Engineer Eng / LA Technician Crew Admin Admin
$ 184.79 $ 157.13 $ 113.12 $ 100.57 ' $ 81.72 $ 151.66 $ 106.86 i $ 71.96
Total Budget
Task 7 - Environmental
Budget
7.1 Cultural Resources Investigation
7.2 Prepare SEPA checklist
Widener and Associates
Mileage
Reproduction
Task Total
2
2
2
4
0
8
0
0
2
8
0
0
0
0
2 $ 991.20
4 S 2,844.65
$ 7,500.00
S-
S 50.00
4
6 8 0 10 0 0 6 $ 11,385.85
Task 8 - Right of Way Calculations
8.1 Research records 0 2 8 0 0 16 0 4 $ 3,933.70
8.2 Calculations for ROW lines 0 2 16 24 0 0 0 0 $ 4,537.85
8.3 Prepare legals and exhibits (12 parcels) 0 0 24 48 8 0 0 0 $ 8,195.93
Title Reports (12 parcels) $ 6,000.00
Mileage $
Reproduction $ 50,00
Task Total 0 4 48 72 8 16 0 4 $ 22,717.48
Total Estimated Fee: $ 575,731.49
8/11/2015
Exhibit B
BUDGET SUMMARY
City of Tukwila
53rd Avenue South
S 144th Street to S 137th Street
TASK
CIP Budget Items
TOTALS
99110301
Street
Design
99110301
Street
Land (RAN)
90341213
Surface Water
Design
90540106
Water
Design
91440205
Sewer
Design
Task1 - Management/coordination /administration
$ 5,576.37
$ -
$ 5,576.37
$ 5,576.37
$ 5,576.37
$ 22,305.48
Task 2 - Survey and Mapping
$ 10,051.29
$ -
$ 13,251.29
$ 28,178.22
$ 8,275.64
$ 59,756.45
Task 3 - Public Outreach
$ 9,983.85
$ -
$ 7,487.89
$ 4,991.93
$ 2,495.96
$ 24,959.63
Task 4 - Stormwater Preliminary Design and Alternatives Analysis
$ -
$ -
$ 30,138.78
$ -
$ -
$ 30,138.78
Task 5 - Geotechnical Report
$ 13,291.36
$ -
$ 13,291.36
$ 3,322.84
$ 3,322.84
$ 33,228.41
Task 6 - Final Plans, Specifications, and Estimates
$ 185,619.70
$ -
$ 111,371.82
$ 55,685.91
$ 18,561.97
$ 371,239.41
Task 7 - Environmental
$ 2,846,46
$ -
$ 2,846.46
$ 2,846.46
$ 2,846.46
$ 11,385.85
Task 8 - Right of Way Calculations
$ -
$ 22,717.48
$ -
$ -
$ -
$ 22,717.48
Totals:
$ 227,369.04
$ 22,717.48
$ 183,963.98
$ 100,601.74
$ 41,079.25
$ 575,731.49
2015 - 2016 Budget:
$ 193,000.00
$ 100,000.00
$ 200,000.00
$ 125,000.00
$ 100,000.00
$ 718,000.00
8/11/2015
City of Tukwila
w
Transportation Committee
TRANSPORTATION COMMITTEE
Meeting Minutes
August 17, 2015 — 5:15 p.m. — Foster Conference Room, 6300 Building
ITi ail
Councilmembers: Joe Duffie, Chair; Allan Ekberg, Kathy Hougardy
Staff: David Cline, Bob Giberson, Robin Tischmak, Frank Iriarte, Pat Brodin, Gail Labanara,
Laurel Humphrey
Guest: John McCarthy, Resident
CALL TO ORDER: Committee Chair Duffie called the meeting to order at 5:15 p.m.
I. PRESENTATIONS
II. BUSINESS AGENDA
A. Grant Application: 531 Avenue South (South 1371h Street — South 144th Street)
Staff is seeking Committee approval to submit grant applications to the Washington State
Transportation Improvement Board and Washington State Department of Ecology for the 53rd
Avenue South Residential Street Project. City funds will be used for the design and right -of-
way scheduled in 2015. These grants, if successful, would be applied to construction funding
in 2016 and 2017. UNANIMOUS APPROVAL.
There was consensus to take up a miscellaneous item as the next order of business.
South 144th Street Bridge over 1 -5
As follow up to public comment received at the August 10, 2015 Committee of the Whole, staff
provided an update on the South 144th Street Bridge over 1 -5. There has been ongoing concern
from the community regarding the bridge's extremely narrow sidewalks and the fact that it
serves as the pedestrian route by students at nearby schools. Although the bridge is owned
by WSDOT, the City is generally responsible for street maintenance. WSDOT does not have
the project on their priority list. There is a placeholder in the Capital Improvement Program for
this project, but it is currently unfunded. Because this is a safety concern, staff proposes to
return to Committee with a conceptual design and cost estimate that may be used to pursue
grant funding in the future. During the grant application stage, the City may be able to
coordinate with WSDOT on a strategy for coming up with the matching funds. INFORMATION
ONLY.
B. Consultant Agreement: 53rd Avenue South (South 137th Street — South 144th Street)
Staff is requesting Council approval of a consultant agreement with KPG, Inc. in the amount of
$575,731.49 for design engineering services for the 53rd Avenue South Residential Street
Project. KPG was selected as most qualified from ten proposals received, and have a proven
track record of helping jurisdictions obtain grant funding. Grant funding is being sought for the
construction phase of this project, as described above. UNANIMOUS APPROVAL.
FORWARD TO SEPTEMBER 8, 2015 REGULAR CONSENT AGENDA.
&11