HomeMy WebLinkAboutSpecial 2015-12-14 Item 2A - Agreement - 2016 Overlay Program Design with KPG Inc for $133,861.16COUNCIL AGENDA SYNOPSIS
Meetin Date Prepared b Mayor's rev' x Council review
12/14/15 BG
ITEM INFORMATION
ITEMNO.
Spec 2.A.
129
STAFF SPONSOR: BOB GIBERSON
ORIGINAL. AGENDA DATE: 12/14/15
AGENDA ITEM TITLE 2016 Annual Overlay & Repair Program
Design Consultant Agreement with KPG, Inc.
CATEGORY ❑ Discussion
Mtg Date
® Motion
llltg Date 12107115
❑ Resolution
g Date
Mt
❑ Ordinance
Mtg Date
❑ BidAivard
g Date
Mt
❑ Public.Hearing
Aft Date
❑ Other
Mt
g Date
SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance ❑ .Fire ❑ IT ❑ P&R ❑ Police ® PW
SPONSOR'S This contract is for design of the 2016 Annual Overlay and Repair Program. Five
SUT\1nIARY engineering firms were evaluated and KPG was determined to be the most qualified. The
list of 10 street sections for the 2016 Overlay and Repair Program was developed using the
City's Pavement Management Program. In the design process, cost estimates will
determine which sections are constructed in 2016. Council is being asked to approve the
design contract with KPG, Inc. in the amount of $133,861.16.
REVIEWED BY ❑ COW Mtg. ❑ CA &P Cmte ❑ F &S Cmte ® Transportation Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 12/07/15 COMMITTEE CHAIR: JOE DUFFIE
RECOMMENDATIONS:
SPONSOR /ADMIN. Public Works Department
COMMFI I'LL Unanimous Approval; Forward to Special Consent Agenda
COST IMPACT / FUND SOURCE
EXPL?NDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$133,861.16 $150,000.00 $0.00
Fund Source: 104 ARTERIAL STREET FUND (PAGE 18, 2015 CIP)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
12/07/15
MTG. DATE
ATTACHMENTS
12/07/15
Informational Memorandum dated 12/04/15
Consultant Selection Scoring Matrix
Vicinity Map
Page 18, 2015 CIP
Contract, Scope of Work, and Fee
Minutes from the Transportation Committee meeting of 12/07/15
129
130
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO:
Mayor Haggerton
Budget
Transportation Committee
FROM:
Bob Giberson, Public Works Director
BY:
David Sorensen, Project Manager
DATE:
December 4, 2015
SUBJECT:
2016 Overlay and Repair Program
Project No. 91510401
Consultant Selection and Agreement
ISSUE
Execute a contract with KPG, Inc. to provide design services for the 2016 Overlay and Repair Program.
BACKGROUND
Five engineering firms were evaluated to provide design services for the 2016 Overlay and Repair Program (see
attached scoring & selection matrix). All of the firms are qualified, but KPG, Inc. provides a unique knowledge and
understanding of the City's program that provides efficiency and benefits which cannot be matched at this time by any
other firm. KPG has also performed very well providing design consulting services on other City projects.
DISCUSSION
KPG, Inc. has provided a contract, scope of work, and fee estimate to complete design of the 2016 Overlay and Repair
Program and advertise for construction bids.
Locations in Design Contract
1) Andover Park East — Costco Dr to Minkler Blvd 2) 48th Ave S — Interurban Ave S to dead end
3) Fort Dent Way — Interurban Ave S to Bridge 4) E Marginal Way — Norfolk north to new pavement
5) Minkler Blvd — Spot repairs only between APW & APE 6) 52nd Ave S — S 142nd St to south dead end
7) 45th Ave S — West gravel area at S 139th St 8) S 128th St — Military R to approx. 650 feet east
9) S 130th St — East Marginal Way to 35th Ave S 10) Fort Dent Park — Parking lot repair
FISCAL IMPACT
KPG Contract
2016 Design Contract $133,861.16
2016 Parks Fort Dent Design Budget
2015 Remaining Budget
TOTAL $133,861.16
2016 Design
2017 Begin
Budget
Design Budget
$110,000.00
$15,000.00
10, 000.00
30,000.00
1150,000.00
15 000.00
RECOMMENDATION
Council is being asked to approve the design contract with KPG, Inc. for the 2016 Overlay and Repair Program in the
amount of $133,861.16 and consider this item on the Consent Agenda at the December 14, 2015 Special Meeting.
Attachments: Consultant Selection Scoring Matrix
Vicinity Map
Page 18, 2015 CIP
Consultant Agreement, Scope of Work and Fee Estimate
W1PVV EngTROJECTSW-RW & RS ProjeoWAnnual Overlay & Repair Programs @016 Overlay & Repair PrograrnlDesign0esign Consultant Selection @016 Consultant Sole lion Dws \To TCUfo Memo Consult Select 2016 12 -0415 gldwx 131
132
2016 Overlay Program — Contract for Design Services
Pace Engineers
HDR
KPFF
KPG, Inc.
Paramatrix
Paving Project Design Experience with the City.
0
5
Cf) Cf) N CY) "cl" cl)
1
Knowledge of FHWA, State, and Tukwila Standards and Procedures
3
5
Environmental Experience
3
4
Experience with Similar Projects.
3
5
Traffic Control Design Expertise.
3
2
Experienceed Design Project Manager.
c\I
2
3
Small Scale Project Experience.
2
4
Utilities Corrdination Expierence.
3
3
Stormwater, Drainage, and Detention Design.
3
4
Public Outreach Experience.
3
4
Survey Crew In- House.
4
4
25
29
43
33
TOTALS
27
For each category, highest score is 5 (with the lowest or worst score 1)
Consultant with the highest score is ranked the best.
Staff: Dave Sorensen
Selection Date: 1 0/12/1 5
Selected Consultant: KPG, Inc.
Selection Justification: The selected firm has demonstrated relevant pavement overlay
design experience on multiple past federal and locally funded paving projects including
the City overlay program. KPG has provided execellent design results on City drainage
projects as well. They have exceptional familiarity with City Public Works systems,
WSDOT and FHWA standards. Based on overall score KPG prevailed.
E MARGINAL WAY
4 SV D L
s�e
>S
sin
Sn Si
SItl 51 r 4 f
Ft\ aaSillc rte 1m A a
R�MRAi • �"� S R
CdM11iY M
� Sn0. 3111
3113 D 51�. S
slk sr r slN s
48TH AVE S
S 130TH ST"' ~ '�
31NA
Y SPEDNIY D .YS Sf
e "31 "= F F ` g"
S 128TH ST 52ND AVE S ~ � 3
° stw s s .n
SINS, n 3R ~ SIB FORT DENT PARK
R SIN Si
451-H AVE S ~*
—T
>te � swD m a � smD � ° Is3 ss et Iwx
ShD
S��i Sia SIND y 5 ' 8
� Y -
~� FORT DENT WAY
" S I+� slan - 51r�ux aw
Ib Sf 9 SISi 1° I
CWVik �
NWL1k 9 �
RNE9 w
1pND a I
r� g ANDOVER PARK E.
� mSf S•
MINKLER BLVD SCR
ff°
S
R
SZOD
2016 Overlay Program
Vicinity Map
134
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT: Annual Overlay and Repair Program Project No. 91310401
DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets.
JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also
minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects.
STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay.
MAINT. IMPACT: Reduces annual maintenance.
COMMENT: Ongoing project. Only one year actuals shown in first column.
FINANCIAL Through Estimated
tin Annn,ni 2n13 2n14 2n15 2n1R 2n17 2n1R 2n19 2n2n RFYANn TCITAI
EXPENSES
Design
48
100
125
125
150
150
175
175
175
1,223
Land (RNV)
0
Const. Mgmt.
175
175
175
200
200
225
225
230
1,605
Construction
1,125
1,250
1,260
1,300
1,320
1,325
1,330
1,340
10,250
TOTAL EXPENSES
1 481
1,400
1 1,550
1 1,560
1 1,650
1 1,670
1 1,725
1 1,730
1 1,745
1 13,078
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
48
1,400
1,550
1,560
1,650
1,670
1,725
1,730
1,745
13,078
TOTAL SOURCES
48
1,400
1,550
1,560
1,650
1,670
1,725
1,730
1,745
1 13,078
2015 - 2020 Capital Improvement Program
18
135
136
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 KPG, Inc., hereinafter referred to as "the Consultant ", in consideration
of the mutual benefits, terms, and conditions hereinafter specified.
Pro.iect Designation. The Consultant is retained by the City to perform engineering services
in connection with the project titled `2016 Overlay Program'.
2. Scone 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.
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, 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. 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 $133,861.16 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.
137
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.
S. 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:
CA revised : 1 -2013
138
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 ]eased 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' 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
im,
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
140
Page 4
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the 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 Haggerton
Attest /Authenticated:
City Clerk, Christy O'Flaherty
CA revised : 1 -2013
2015.
CONSULTANT
By. :� PA
Printed Name:Nelson Davis. KPG
Title:_ Principal
Approved as to Form:
Office of the City Attorney
Page 5
141
142
City of Tukwila
2016 Overlay Program
Scope of Work
November 24, 2015
The Consultant shall prepare final Plans, Specifications and Estimates for the 2016
Overlay Program. Specific projects will be determined from the following list of
candidate streets:
❑ Andover Park East
❑ 48th Ave S
❑ Fort Dent Way
❑ E Marginal Way
❑ Minkler Blvd
❑ 52nd Avenue S
❑ 45th Avenue S
❑ S 128th Street
❑ S 130th Street
❑ Fort Dent Park
Costco Drive to Minkler
Interurban to east dead end
Interurban to the Bridge
Norfolk north to previous overlay limit
Spot Repairs only between APE and APW
S 142nd to south dead end
West gravel area at S 139th
Military Road to approx. 650' East
East Marginal to 35th Avenue S
As determined with available budget
The Consultant shall provide all necessary field reviews, base mapping, and utility
notification required to complete final bid documents for the 2016 Overlay Program.
The Consultant shall also prepare the bid tabulation, check low bidder(s) references,
and provide a recommendation for award to the City.
The 2016 Overlay Program will be bid as a single bid package as budget allows. The
anticipated construction budget is approximately $1.26 Million for the 2016 Overlay
Program. Projects may be re- prioritized or deferred to a future overlay program based
on available budget and other considerations. Detailed estimates will be prepared at
the 50% design to verify the final project list to be included in the 2016 Overlay
Program.
The City of Tukwila may require other services of the consultant. These services could
include additional design, right of way, environmental documentation, construction
phase services, or other work tasks not included in the scope of work. At the time these
services are required, the Consultant will provide the City with a detailed scope of work
and an hour and fee estimate. The Consultant will not proceed with the work until the
City has authorized the work and issued a Notice to Proceed.
City of Tukwila
2016 Overlay Program
Page 1 of 4
KPG, Inc.
November 2015
143
Assumptions for the 2016 Overlay Program Bid Package
• Roadway and utility casting mapping will be based on aerial photography,
GIS, and field reviews by the Consultant. Topographic field survey may be
required for ADA ramp improvements and will be performed by the Consultant
as required.
• Typically, only surface utilities requiring adjustment to grade will be shown.
• No utility upgrades are anticipated in the project design.
• Drainage & Water Quality Reports will not be required.
• Geotechnical Engineering services will not be required.
• Environmental Documentation will not be required.
Deliverables
• 50% review submittal with Plans and Estimate (6 copies)
• 90% review submittal with Plans, Specifications, and Estimate (6 copies)
• Routing of 50% and 90% Plans to utilities for review and comment.
• Bid Documents and Engineer's Estimate for 2016 Overlay Program
• 10 sets of Plans (11" X 17 ") and specifications for the Bid Documents.
• Coordinate upload of Plans and Specifications to Builders Exchange.
• Bid Analysis and recommendation for award.
SCOPE OF WORK
TASK 1 - MANAGEMENT /COORDINATION /ADMINISTRATION
1.1 The Consultant shall provide continuous project management and administration for
the duration of the Project. (Estimate 4 months).
• Hold project coordination meetings with the City to update progress and
review submittals. Assume (4) meetings.
• The Consultant shall provide monthly status reports and billings.
• The Consultant shall provide independent QA/QC reviews by senior in-
house staff of all deliverables prior to submittal to the City.
City of Tukwila
2016 Overlay Program
144
Page 2 of 4
KPG, Inc.
November 2015
TASK 2 - PREPARE PLANS, SPECIFICATIONS AND ESTIMATE
2.1 The Consultant shall prepare base maps for all project segments using field
measurements, available record drawings, and /or ortho- photography. Topographic
survey will be utilized only at ADA ramp locations where field conditions require it to
meet ADA compliance.
2.2The Consultant shall prepare 50 %, 90 %, and final Plans for the proposed
improvements including the following:
• Plans shall be prepared with such provisions in such detail as to permit field
layout and construction within a degree of accuracy acceptable to the City
and per industry standards.
• It is assumed there will be thirty (30) plan sheets at V=20' scale full size (22"
X 34 "), 1 " =40' at reduced scale (11" X 17 ").
• Typical sections and details will be prepared for items not available as
standard details from the City, State, or WSDOT standard drawings.
• Plans will identify curb ramp replacement limits and pedestrian push button
modifications in accordance with ADA requirements.
• The plans shall illustrate complete details of construction of the proposed
improvements including limits of construction and removals, utility
adjustments, surfacing depths and details, and applicable channelization and
signing for the segments selected for final design.
• Plans and specifications will include required criteria for traffic control plans
and pedestrian traffic control during construction. Criteria will be developed in
collaboration with the City.
• The Consultant shall perform site walkthroughs with the City maintenance
staff to determine extent of roadway improvements / resurfacing (Estimate 2
meetings) and to prioritize candidate streets within the available budget.
• Pavement sections will be determined through consultation with the City's
maintenance staff and previous experience. No geotechnical investigations
are anticipated.
2.3The Consultant shall calculate quantities and prepare Engineers Estimate of
Probable Construction Cost for each review submittal and the Bid Documents.
Projects will be prioritized in collaboration with the City following the 50% Submittal
to determine final project segments.
2AThe Consultant shall prepare the Contract Specification per 2016 WSDOT Standard
Specifications for the 90% Review Submittal and the Bid Documents.
City of Tukwila KPG, Inc.
2016 Overlay Program Page 3 of 4 November 2015
145
2.5The Consultant shall distribute 50% and 90% review submittals to franchise utility
owners for adjustments within the Project limits.
2.6The Consultant shall assist the City with Project Advertisement and Award by
uploading plans and specifications to bxwa.com, preparing addenda, bid tabulation,
and recommendation for award.
TASK 3 — FORT DENT PARK PARKING /ACCESS REPAIRS
3.1 The Consultant shall prepare base maps and design for overlay /reconstruction
improvements in the Fort Dent Park area. Overlay plans for Fort Dent Park will be
included in a separate bid schedule and bid as part of the 2016 overlay program.
Limits of repairs will be determined in collaboration with the City to achieve an
approximate $100,000 construction budget.
City of Tukwila KPG, Inc.
2016 Overlay Program Page 4 of 4 November 2015
146
HOUR AND FEE ESTIMATE
Project: City of Tukwila
2016 Overlay Program
EXHIBIT B
i Architccturc
Landscape Architccturc
• Civil En 4ineering •
Task Description
Labor Hour Estimate
Project Senior Project Design CAD Const Survey Senior Office
Manager Engineer Engineer Engineer Technician Inspector Crew Admin Admin
$ 182.01 $ 145.83 $ 119.33 $ 103.69 $ 87.97 $ 104.80 $ 165.47 $ 112.71 $ 58.11
Total Fee
Fee
Task 1 - Management / Coordination/ Admin
1.1 Management and administration (estimate 4 months)
Task Total
8
8
0
0
0
0
0
0
4
0
0
0
0
0
0
4
8 S 2,371.84
8 S 2,371.84
Task 2 - Prepare Plans, Specs, and Estimate
2.1 Prepare Project Base Maps 8 16 40 60 60 0 50 0 0 $ 28,336.06
2.2 Prepare 50 %, 90 %, and Final Plans 40 80 120 140 160 0 0 0 24 $ 63,254.30
2.3 Project Cost Estimates (50%, 90 %, Final) 4 8 16 24 16 0 0 0 0 $ 7,700.22
2.4 Project Specifications 4 16 24 16 8 0 0 4 8 $ 9,203.91
2.5 Utility Coordination 2 4 16 8 8 0 0 0 4 $ 4,622.42
2.6 Project Advertisement and Award 4 4 12 8 8 0 0 4 8 $ 5,192.41
Reimbursable - Mileage $ 500.00
Reimbursable - Reproduction $ 1,000.00
Reimbursable - Traffic Control 8 2,000.00
Task Total 78 128 228 256 260 0 50 16 60 S 121,809.32
Task 3 - Fort Dent Park Parking /Access Repairs
3.1 Mapping and final design
Task Total
2
2
8 16 24 40 0 0 0 4 $ 9,680.g0
8 16 24 40 0 0 0 4 S 9,680.00
11/24/2015
Total Estimated Fee: $ 133,861.16
A
4
City Of Tukwila
Transportation Committee
TRANSPORTATION COMMITTEE
Meeting Minutes
December 7, 2015 — 5:15 p.m. — Foster Conference Room, 6300 Building
Councilmembers: Joe Duffie, Chair; Allan Ekberg, Kathy Hougardy
Staff: David Cline, Bob Giberson, Frank Iriarte, David Sorensen, Pat Brodin, Gail Labanara,
Ryan Larson, Grant Griffin, Laurel Humphrey
Guest: Ildefonso Joe Eustaquio
CALL TO ORDER: Committee Chair Duffie called the meeting to order at 5:19 p.m.
I. PRESENTATIONS
II. BUSINESS AGENDA
A. Consultant Selection: 2016 Overlav and Repair Proaram
Staff is seeking Council approval to enter into a contract with KPG, Inc. in the amount of $133,861.16
to provide design services for the 2016 Overlay and Repair Program. KPG, Inc. was selected from
an evaluation pool of five firms due to their experience with the City. The purpose of this project is
to construct asphalt and concrete pavement overlays at 10 sections of roadway throughout the City.
UNANIMOUS APPROVAL. FORWARD TO DECEMBER 14, 2015 REGULAR CONSENT
AGENDA.
B. Contract Supplement: Major Maintenance on 3 Bridges 2015 Project
Staff is seeking Council approval of Supplement No. 1 to Contract No. 15 -139 with David Evans and
Associates, Inc. in the amount of $46,769.00 for the Major Maintenance on 3 Bridges 2015 Project.
Site investigations of the Frank Zepp Bridge revealed unanticipated settlement and pier movement,
requiring additional survey and design work. The proposed supplement will adjust the project
schedule, revise technical statements in the scope of work, and address a lighting safety concern
on the west end of the trail. The total contract as supplemented is $735,737.00, which is under the
project budget of $866,000.00. UNANIMOUS APPROVAL. FORWARD TO DECEMBER 14, 2015
REGULAR CONSENT AGENDA.
C. Grant Acceptance: 53 d Avenue South (South 137th Street to South 144th Street)
Staff is seeking Council approval to accept grant funding in the amount of $2,141,400.00 from the
Washington State Transportation Improvement Board (TIB) for the 531 Avenue South (South 137th
Street to South 144th Street) Project. The funds will be used to construct street improvement
including curbs, gutters, sidewalks, storm drainage facilities, and pavement reconstruction.
Relocation of utilities are included in the project but will be funded primarily by City and Franchise
utility resources. Construction is expected to begin in Spring 2017. UNANIMOUS APPROVAL.
FORWARD TO DECEMBER 14, 2015 REGULAR CONSENT AGENDA.
D. Grant Acceptance: NPDES Phase II Permit
Staff is seeking Council approval to accept grant funding in the amount of $50,000 from the
Department of Ecology for the NPDES Phase II Permit and Surface Water Project. Funds will be
used towards the Low Impact Development (LID) Gap Analysis and Implementation which must be
adopted by the end of 2016. No City match is required. UNANIMOUS APPROVAL. FORWARD TO
DECEMBER 14, 2015 REGULAR CONSENT AGENDA.
.•