Loading...
HomeMy WebLinkAboutCOW 2016-02-08 Item 3B - Agreement - Strander Boulevard Extension Phase 3A: Early Start Work Design with Berger Abam for $399,383COUNCIL AGENDA SYNOPSIS Initials Aleefiq Date Pre aced by 9 Alayor's review Councit review 02/08/16 BGIW t ', ❑ Ordinance Altg Date 02/16/16 BG ❑ Other Ali ,g Date SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance E] Fire ❑ FT ❑ .P&R ❑ Police Z PV SPONSOR'S This contract is to provide Early Start Work design services for the Strander Blvd Extension SUMMARY Phase 3 Project. Strander Blvd Phase 3 includes constructing the undercrossing of the railroad to complete the four lane roadway from West Valley Hwy to Renton. Berger Abam was selected from the MRSC Consultant Roster as one of three top engineering firms that are experienced in designing similar railroad grade separation projects. Council is being asked to approve the Early Start contract with Berger Abam in the amount of $399,383.00. RF11'11,1' V1,'I) BY ❑ cow Mtg. ❑ CA&P Cmte ❑ F&S Cmte Z Transportation Cmte F-1 Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm. DATE: 02/01/16 COMMITTL,L,' CHAIR: DENNIS ROBERTSON RECOMMENDATIONS: SPONSM/ADIMIN. Public Works Department COMNII-I'I'FE' Majority Approval; Forward to Committee of the Whole COST IMPACT / FUND SOURCE AMOUNT BUDGETED APPROPRIATION REQUIRED $399,383.00 $2,000,000.00 $0.00 Fund Source: 104 ARTERIAL STREETS (PAGES 28, 2015 CIP) Comments: From November 2015 Budget Amendment MTG. DATE RECORD OF COUNCIL ACTION 02/08/16 I 11 STAFF SPONSOR: BOB GIBERSON 1 02/08/16 A(;I,"Nt),\ ITFAI TITLE' Strander Boulevard Extension Phase 3A - Early Start Work Consultant Selection and Agreement with Berger Abam C.�'I'l,"(-,olty Z Discussion Altg Date 02108116 Z Motion Ali ,g Date 02116116 ❑ Resolution Aftg Dale ❑ Ordinance Altg Date E:1 BidAward Aftg Date ❑ Public fleafin, ,g 11tH Date ❑ Other Ali ,g Date SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance E] Fire ❑ FT ❑ .P&R ❑ Police Z PV SPONSOR'S This contract is to provide Early Start Work design services for the Strander Blvd Extension SUMMARY Phase 3 Project. Strander Blvd Phase 3 includes constructing the undercrossing of the railroad to complete the four lane roadway from West Valley Hwy to Renton. Berger Abam was selected from the MRSC Consultant Roster as one of three top engineering firms that are experienced in designing similar railroad grade separation projects. Council is being asked to approve the Early Start contract with Berger Abam in the amount of $399,383.00. RF11'11,1' V1,'I) BY ❑ cow Mtg. ❑ CA&P Cmte ❑ F&S Cmte Z Transportation Cmte F-1 Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm. DATE: 02/01/16 COMMITTL,L,' CHAIR: DENNIS ROBERTSON RECOMMENDATIONS: SPONSM/ADIMIN. Public Works Department COMNII-I'I'FE' Majority Approval; Forward to Committee of the Whole COST IMPACT / FUND SOURCE AMOUNT BUDGETED APPROPRIATION REQUIRED $399,383.00 $2,000,000.00 $0.00 Fund Source: 104 ARTERIAL STREETS (PAGES 28, 2015 CIP) Comments: From November 2015 Budget Amendment MTG. DATE RECORD OF COUNCIL ACTION 02/08/16 02/16/16 MTG. DATE ATTACHMENTS 02/08/16 Informational Memorandum dated 01/29/16 (revised after 2/1 TC) Page 28, 2015 CIP Consultant Agreement, Scope of Work, and Fee Minutes from the Transportation Committee meeting of 02/01/16 /Memo from Chair 02/16/16 11 12 City of Tukwila Allan Ekberg, Mayor Mayor's Office - David Cline, City Administrator INFORMATIONAL MEMORANDUM TO: Mayor Ekberg Transportation Committee FROM: Bob Giberson, Public Works Director BY: Robin Tischmak, City Engineer DATE: January 15, 2016 (revised after 211 TC) SUBJECT: Strander Boulevard Extension Phase 3 Project No. 98610403 Consultant Contract, Scope of Work, and Fee ISSUE Execute a consultant contract with Berger Abam to provide Phase 3A Early Start Work design services for the Strander Boulevard Extension Phase 3 Project. BACKGROUND The City of Renton completed Phase 1 of the Strander Blvd /SW 27th St (Oaksdale Ave to Naches Ave) in 2008 and Phase 2 in 2014 (from Naches to the new Sounder Commuter Rail Station parking lot, between BNSF and UPRR). Phase 3 is being led by the City of Tukwila, but we were unsuccessful in securing TIGER grant funding for 2015 and 2016. However, Tukwila City Council has approved $2 million for preliminary design services for 2016, although we will only be contracting for the critical early start items. DISCUSSION Berger Abam was selected from the MRSC Consultant Roster as one of three top engineering firms that are experienced in designing similar railroad grade separation projects. Staff has negotiated a consultant agreement that includes the attached scope and fee for this limited scope Phase 3A Early Start work. Beginning this preliminary design will enhance Tukwila's competitiveness with upcoming federal and state grant opportunities as we move forward towards construction. A summary of anticipated funding sources include: • Federal STP Funds (Design & ROW — request estimated $5M or more) — Call for Projects Spring 2016; Funds available 2017 • Tiger Grant (Construction only - request $20M) — Unknown future program; Anticipate 2017/2018 if authorized • State Transportation Improvement Board (Construction only — request estimated $10M) — Applications due late August 2016 • Federal STP Funds (Construction — request estimated $10M) — Call for Projects in 2018 or 2019 • Freight Mobility Strategic Investment Board (Construction only) - $5 M committed, last $ in • Northwest Arena Mitigation — Dependent upon arena project moving forward - $5M committed IltukdataA121PW Common$\PW Eng\PROJECTS�A- RW & RS Projects\Strander Extension (98610403)IPhase 11111nfo Memo Berger Abam Early Start 02 -01 -16 Revised. docx 13 Strander Blvd Phase 3 January 29, 2016 Page 2 FINANCIAL IMPACT The negotiated firm fixed fee for Berger Abam's scope and fee outlined in Exhibit A is $399,383 for the Early Start Work. The budget for Strander Boulevard Phase 3 is currently $2,000,000. RECOMMENDATION Council is being asked to approve the agreement with Berger Abam for the Phase 3A Early Start Work design services in the amount of $399,383 for the Strander Boulevard Phase 3 Project and consider this item at the February 8 2016 Committee of the Whole and subsequent February 16, 2016 Regular Meeting. Attachments: Page 28, Draft 2016 -2021 CIP Consultant Contract, Scope of Work and Fee \hkdata2k121PW Common$TW Eng\PROJECTS\A- RW & RS ProjectslStrander Extension (98610403)1Phase Illllnfo Memo Berger Abam Early Start 02 -01 -16 Revised.docx 14 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2016 to 2021 PROJECT: Strander Blvd Extension Phase III F )je t No. 98610403 DESCRIPTION: Design and construct arterial impro , -nt= `, r , P a� '„ 2n Strander Blvd /SW 27th St from West Valley Highway to Oaksc IP ,vE n tt � .y nton. JUSTIFICATION: East/west capacity between 1-4- S 180 St is needed to serve Tukwila and Renton access. Project will be constructed in three phases. Phase I extended Stander Blvd /SW 27th St from Oaksdale Ave to STATUS: Naches Ave SW. Phase II constructed a 2 lane roadway from Naches to the Sounder Train's Tukwila Longacres Station's parking lot. Phase III will construct the undercrossing of the UPRR and complete the 4 lane roadway from West Valley Highway in Tukwila to Naches Ave SW in Renton. MAINT. IMPACT: New street. Project partners include the City of Renton, Boeing, WSDOT, FMSIB, Sound Transit, Metro, Amtrak, and COMMENT: BNSF and UP Railroads. Funds in 2015 -16 are for updated cost estimates and grant applications. STP (PSRC) and TIGER grants were unsuccessful in 2014 and 2015. FINANCIAL Through Estimated (in $000's) 2014 2015 2016 2017 2018 2019 2020 2021 BEYOND TOTAL EXPENSES Tukwila's Share 1,000 Tukwila's Share of Renton's Phases 1 & 11 1,000 Design 41 14 1,500 3,000 4,555 Land (R/W) 104 450 1,000 1,554 Wetland Mitigation 50 500 550 Const. Mgmt. 3,750 1,050 4,800 Construction 20,500 6,700 27,200 TOTALEXPENSES1 1,145 1 14 1 2,000 1 28,750 1 7,750 1 0 1 01 01 0 1 39,659 Ft )ND SOURCES Proposed TIGER Grant 20,000 20,000 Proposed State TIB Grant 3,000 3,000 Proposed STP Grant 2,000 2,000 Proposed FMSIB Grant 5,000 5,000 NW Arena Mitigation 3,000 2,000 5,000 City Oper. Revenue 1,145 14 2,000 750 750 0 0 0 0 4,659 TOTAL SOURCES 1,145 14 2,000 28,750 7,750 0 0 0 0 39,659 2016 - 2021 Capital Improvement Program 28 15 16 City of Tukwila Contract Number: •� 6200 Southcenter Boulevard, Tukwila WA 98188 CONSULTANT AGREEMENT FOR PRELIMINARY ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City ", and BergerABAM, Inc., hereinafter referred to as "the Consultant ", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform Phase 3A Early Start Activivities in connection with the project titled Strander Boulevard Extension Phase 3. 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, 2017, 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 July 1, 2017, 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 $399,383.00 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. 17 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: CA revised : 1 -2013 W. 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. 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 19 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 20 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: Bob Fernandes BergerABAM 1301 Fifth Avenue, Suite 1200 Seattle, WA 98101 -2677 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, Allan Ekberg Attest /Authenticated: City Clerk, Christy O'Flaherty CA revised : 1 -2013 , 2016 CONSULTANT By: Printed Name: Title: Approved as to Form: Office of the City Attorney Page 5 21 22 EXHIBIT- `1 6. Add UPRR general notes to the structures plans. 7. Prepare 30 percent utility concepts for conduits attached to the bridge. 8. Prepare 30 percent bridge plan sheets. 9. Update the Opinion of Probable Cost of Construction for the bridge superstructure and temporary shoring to 30 percent. Deliverable(s) • Response memo to UPRR comments on bridge and shoofly concept submittals • Thirty percent Phasing Plan — Schematic Format • Thirty percent Phasing Narrative • Thirty percent Bridge General Plan and Elevation (GPE) — Phase 3A Construction • Thirty percent Bridge Typical Section — Phase 3A Construction (incl. shoring) • Thirty percent Bridge General Plan and Elevation (GPE) — Phase 3B Construction • Thirty percent Bridge Typical Section — Phase 3B Construction (incl. shoring) • Preliminary shoring details (30 percent) • Thirty percent Opinion of Probable Cost of Construction for — Proposed Bridge — Phase 3A track, embankment and shoring — Phase 3B track, embankment and shoring TASK 10.0 STRUCTURAL ENGINEERING The CONSULTANT shall prepare 30 percent structural design of underpass retain walls and the pedestrian bridge. The extent of retaining walls is assumed to be similar to Phase 2 based on a two lane roadway. It is assumed the pedestrian bridge will be prefabricated steel truss similar the trail bridge over 1801h Deliverable(s) • Thirty percent wall plan, elevations, and sections • Thirty percent elevations and sections for the trail bridge TASK 11.0 GEOTECHNICAL ENGINEERING SUPPORT This effort is a continuation of geotechnical engineering support that began in Phase 3A. S &W will provide design recommendations in accordance with applicable standards, including CITY, WSDOT, and UPRR. Engineering services will include • Develop bridge foundation recommendations. S &W would provide LRFD axial and lateral resistances for deep foundations, or bearing and lateral resistance for shallow foundations, if applicable. If we recommend deep foundations, we would provide parameters for developing lateral resistance curves, but would not perform lateral resistance analyses (e.g., LPILE). City of Tukwila Strander Boulevard Grade Separation Project — Phase 3 Fife, Washington Exhibit A BergerABAM, P14.0347.00 13 January 2016 Page 38 of 43 23 • Develop retaining wall recommendations. Provide LRFD bearing resistances, static earth pressures, and seismic earth pressures, as applicable. Evaluate foundation, embankment, and retaining wall settlement. Evaluate settlement using elastic and /or one - dimensional consolidation theory. • Perform global stability analyses. Use the computer program SLOPE/W (limit equilibrium method) to analyze the static and seismic stability of the proposed retaining walls and shoofly embankment. Evaluate groundwater flow rates. Update our groundwater modeling to evaluate groundwater inflow rates into the underpass based on the new design. • Evaluate construction considerations. Evaluate construction considerations related to site preparation, earthwork, excavations, and temporary shoring. • Evaluate proposed stormwater facility locations. Evaluate soil types and infiltration rates for new stormwater facilities. • Evaluate new outfall foundations. Evaluate foundation types and settlement of the new outfall. • Evaluate impacts on existing utilities. Evaluate the impacts (e.g., settlement, vibration) of new construction on existing utilities. Deliverable(s) • Updated draft geotechnical report TASK 12.0 DRAINAGE DESIGN The CONSULTANT shall prepare a drainage report and preliminary conveyance design for the project in sufficient detail to support the completion and approval of the environmental documentation for the project. The drainage report will be prepared per the criteria of the Department of Ecology Stormwater Management Manual for Western Washington (February 2005) and any additional requirements of the CITY and WSDOT. The drainage report shall include 1. Project overview 2. Detailed project description 3. Runoff /detention calculations 4. Water quality computations 5. Stormwater conveyance calculations 6. Maintenance and operation of facilities City of Tukwila Strander Boulevard Grade Separation Project — Phase 3 Fife, Washington Exhibit A 24 BergerABAM, P14.0347.00 13 January 2016 Page 39 of 43 Assumptions(s) • Groundwater seeping into the underpass will not need to be treated, but will be of a sufficiently low volume that it will not need to be collected and treated separately from the stormwater runoff from the roadway. • A dissipation structure will be required where underpass water is pumped into the detention /treatment pond. • The CONSULTANT will develop stormwater designs in consultation with CITY staff, but no more than two stormwater options will be investigated. • The stormwater design process will include up to three meetings with the CITY and other involved parties to review and discuss options being considered. One additional meeting with the CITY will be required to review and discuss comments on the draft drainage report. • Once the preferred stormwater design has been agreed upon, the CONSULTANT shall provide drainage plans and profiles, including layouts and details of any low- impact design facilities in the 30 percent PS &E submittal. Deliverable(s) • Meeting minutes • Draft and final drainage report (one electronic and two hard copy) • Preliminary conveyance design with 30 percent PS &E submittal TASK 13.0 PUMP STATION This task would advance the design of the pump station sufficiently to finalize pump sizes, and identify pump manufacturers acceptable to the CITY maintenance staff, and if possible comply with "Buy American" provisions for this potentially federally funded project. Preliminary layout of pump facilities and outfall will be established, the discharge route finalized, and updated cost estimates prepared. Deliverable(s) • Preliminary (30 percent PS &E) design plans and cost estimates for the pump station and groundwater discharge system included with the project submittals described in Task 14 TASK 14.0 ROADWAY DESIGN This task involves engineering and design work required to advance the design of the driveways, roadway, utilities, and trail to approximately 30 percent level of design in order to finalize the geometric design and footprint of the project as required to complete the environmental documentation for the project. The CONSULTANT shall prepare preliminary PS &E documents for the construction of the proposed project consistent with City, state, and /or county design standards. Plans shall be formatted to provide sufficient detail for convenient field layout of all proposed facilities. City standard details, King County standard plans, and WSDOT standard plans will be supplemented with project- specific details as required. The City of Tukwila BergerABAM, P14.0347.00 Strander Boulevard Grade Separation Project — Phase 3 13 January 2016 Fife, Washington Exhibit A Page 40 of 43 25 26 EXHIBIT B: Consultant Fee Determination City of Tukwila - Strander Avenue Grade Separation Project DIRECT SALARY COSTS (DSC) Personnel Hours Phase 3A Early Start 1/12/2016 Rate Cost 1 Principal /Project Manager 88 X $ 87.50 = $ 7,700 2 Project Engineer 432 X $ 54.09 = $ 23,368 3 Structural Engineer 16 X $ 54.95 = $ 879 4 Civil Engineer 534 X $ 38.20 = $ 20,397 5 Construction Specialist 28 X $ 57.60 = $ 1,613 6 Designer/ CAD Oper 182 X $ 39.92 = $ 7,266 7 Graphics 30 X $ 36.68 = $ 1,100 8 Project Coor. / Admin 84 X $ 33.15 = $ 2,784 Overhead (OH) Fixed Fee (FF) Total Hours 1,394 Subtotal Direct Salary Costs (DSC) = $ Salary Escalation (SE) = 0% of DSC = $ Subtotal (DSC + SE) = $ 166.65% of (DSC + SE) = $ 30.35% of (DSC + SE) = $ 65,107 65,107 108,501 19,760 TOTAL SALARY COSTS (DSC + SE + OH + FF) = $ 193,369 DIRECT NONSALARY COSTS (DNSC) Mileage Design Team 200 miles @ $ 0.560 $ 112 Expendables (photographs, equip rental, etc) 1 Estimate @ 200 $ 200 TOTAL REIMBURSABLE EXPENSES (DNSC) = $ 312 SUBTOTAL BergerABAM = $ 193,681 SUBCONSULTANTS Fehr and Peers - Traffic Hanson - Rail Shannon & Wilson - Geotechnical $ 186,226 Sitts & Hill - Survey Abeyta & Associates - ROW Services (Not Used in Phase 3A) $ - Widener & Associates - Environmental $ 19,476 SUBTOTAL SUBCONSULTANTS = $ 205,702 EARLY START (Tasks 11, 12 & 13) _ $ 399,383 Page 1 of 4 27 W. Transportation Committee Minutes ....................................................................................... ............................... February 1, 2016 D. Consultant Selection: Strander Boulevard Extension Phase 3 Staff is seeking Council approval of a consultant contract with Berger Abam in the amount of $399,383 for Phase 3A Early Start Work design services for the Strander Boulevard Phase 3 Project. The City of Tukwila was unsuccessful in its pursuit of TIGER grant funding in 2015 and 2016, and preliminary design work will improve the City's chances for future federal and state grant opportunities. The approved November budget amendment included $2 million for design services this year, but staff is proposing funding only early design items relating to geotechnical (groundwater) issues at this time. Chair Robertson stated his support of this project but is concerned about funding and would like the Cityto investigate a local improvement district (LID). He also noted thatthis item should not be forwarded to the consent agenda due to Financial Planning Model Policy FP -5, requiring re- evaluation of projects that do not receive grant funding. Councilmember Seal expressed interest in learning more about LID funding of this project but because an LID involves complex issues of timing and legal requirements, Council needs more information prior to giving that direction. Following is a summary of the discussion on the questions provided by Chair Robertson in advance (and included on page 108 of the packet): 1) Staff discussed the estimated timelines of the 2016 grant opportunities. 2) The Committee reviewed the 104 fund CIP list and acknowledged that Strander Blvd Phase 3 is a high priority project for the City. Staff noted that this project is a key factor in future growth capacity for the Commercial Business District. 3) The 400K for Early Design work with Berger Abam will focus on determining the amount of groundwater and establishing a plan for managing the groundwater. 4) Staff confirmed that the financial picture has changed since July 2015. During the last round of budget amendments, one -time revenue was reduced by $1.6 million from the original $2 million. Arterial street fund expenditures were also reduced. The Committee decided to forward the consultant contract for discussion to the Committee of the Whole, directing staff to include a written timeline of the 2016 grant seeking opportunities described earlier in the discussion. The Committee also requested that additional details on overall project funding, including LID, return to the Transportation Committee. MAJORITY APPROVAL. FORWARD TO FEBRUARY 8, 2016 COMMITTEE OF THE WHOLE. 29 30 To: Transportation Committee From: Dennis Robertson, Transportation Chair Date: January 25, 2016 Subject: Proposed Strander Blvd. Extension Agenda Item Issue: Council President Duffie has made it very clear that he expects Committees to thoroughly review agenda items prior to sending on the entire Council. Thus, I have the following questions and issues that I believe should be discussed at the February 1, 2016 Transportation Committee meeting. I have requested that this memo be added to the packet so that the Councilmembers and staff are aware of the questions. 1. Financial Planning Model Policy FP -5 states that if proposed grants or mitigations are either reduced or not funded the respective project will be re- evaluated on the basis of its value and priority level placement in the CIP. So, the following grant and mitigations status should be reviewed in the Committee meeting: A. Tiger Grant $20million B. State Transportation Improv Board $2million C. Federal STP Grant Through PSRC $3million D. Freight Mobility Strategic Investment Board $5million E. Northwest Arena mitigation $5million 2. The Committee should discuss this project's priority versus other CIP projects. 3. If engineering is estimated at $5 million exactly what will the proposed $400,000 accomplish and how will that help with the desired grants and mitigations. 3. The Finance Director 7/31/15 memo stated that Strander Project's expected increased, unplanned budget cost of $300,000 per year would come from increased revenues and the $2 million from budgetary savings in Arterial Streeet Fund. That was before the unplanned, unbudgeted $1.3 million reoccurring increases due to budget overruns in the Police and Fire were identified. How do the $300,000 and $2 million fit into the new budget reality? 31