Loading...
HomeMy WebLinkAboutTrans 2016-08-15 COMPLETE AGENDA PACKETCity of Tukwila Transportation Committee ❖ Dennis Robertson, Chair ❖ Verna Seal ❖ De'Sean Quinn AGENDA Distribution: P. Brodin D. Robertson R. Turpin V. Seal Clerk File Copy D. Quinn 2 Extra J. Duffie a) West Valley Hwy (1 -405 to Strander Blvd) Mayor Ekberg Place pkt pdf on Z: \TC -UC D. Cline Agendas L. Humphrey e-mail cover to: A. Le, B. Giberson C. O'Flaherty, D. Robertson, R. Tischmak D. Almberg, B. Saxton, G. Labanara S. Norris, L. Humphrey MONDAY, AUGUST 15, 2016 — 5:30 PM FOSTER CONFERENCE ROOM — 6300 BUILDING Item Recommended Action Page 1. PRESENTATION(S) 2. BUSINESS AGENDA a) West Valley Hwy (1 -405 to Strander Blvd) a) Committee Approval Pg. 1 Transportation Improvement Board Grant Application b) 2017 Overlay and Repair Program b) Forward to 9/6/16 Regular Pg. 3 Design Consultant Selection and Agreement Consent Agenda c) Tukwila Urban Center Pedestrian /Bicycle Bridge c) Forward to 9/6/16 Regular Pg. 19 Supplemental Agreement No. 15 for CM Services Consent Agenda d) Transit Network Plan Update d) Information Only Pg. 37 (Plan under separate cover) e) King County Metro Park & Ride Issues e) For Discussion Only Pg. 39 3. SCATBd f) SCATBd August 16, 2016 Meeting Agenda f) Information Only Pg. 41 4. MISCELLANEOUS g) Strander Project Update and Next Steps g) Information Only 5. ANNOUNCEMENTS Future Agendas: • Speed bumps Next Scheduled Meeting: Tuesday, September 6, 2016 (due to holiday) SThe City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206 - 433 -0179 for assistance. City of Tukwila Allan Ekberg, Mayor Public Works Department - Bob Giberson, Director TO: Transportation Committee 4 FROM: Bob Giberson, Public Works Director,/& BY: Robin Tischmak, City Engineer CC: Mayor Ekberg DATE: August 12, 2015 SUBJECT: West Valley Highway (1-405 to Strander Blvd) Project No. 99310410 Transportation Improvement Board Grant Application ISSUE Authorize the submittal of a grant application to the Washington State Transportation Improvement Board (TIB) to fund the West Valley Hwy —1 -405 to Strander Blvd Street Project. I -ax's] -" cei TIB has issued a Call for Projects inviting qualified applicants to apply for available grant funds. Current City policy requires approval by the appropriate Committee before applying for grants. Grant applications are due by August 19, 2016. DISCUSSION The TIB program awards State funds for selected projects. TIB funding requires a minimum 20% local match and utility undergrounding costs are not typically eligible. City staff met with a TIB representative to discuss project criteria and to evaluate projects included in the City's 6-Year Transportation Improvement Program (TIP). Completing the desired 7-lane street section with sidewalks on both sides of West Valley Hwy from 1-405 to Strander Blvd appears to be the most logical project for the City to submit for grant funding. Completing the West Valley Hwy street section would coincide with non-motorized street improvements that were funded to connect the new TUC Pedestrian/ Bicycle Bridge to Tukwila Station. FISCAL IMPACT The West Valley Hwy Project is included on the City's traffic impact fee list and local matching funds would be provided from a combination of traffic impact fees collected and arterial street funds, if a State TIB grant is awarded. RECOMMENDATION Transportation Committee approval to submit a 2016 grant application to the Washington State Transportation Improvement Board for the West Valley Hwy Street Project. Attachment: Page 27, Proposed 2017 CIP WAPW Eng\OTHER\Grant Applications\2016\INFO MEMO Transp Committee Grant Applications 2016 - rrt sb.docx CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: West Valley Hwy (1-405-StramderBlvd) Project No. S931041U Deo�nand conatm�com�aUonof7 lane ooc�onadVVa�V�|ay Hwy wdhcurbs, gu�ere.�onndrainage, O�G�R|PTKJN� lighting and traffic control, including safety and capacity improvement at the S 156th St intersection. JUSTIFICATION: Safety and capacity items need completion. Portions have been completed by development. STATUS: Combined with W Valley Hwy/S 156th Intersection in 2017. Continuing to work with development. May be completed in phases; Longacnaa|oG15OthSL and then G15OthGtVo|-405. K8/UNT.|K0PACT: Reduction ofmaintenance. COMMENT: PSRCgmnt funds will be sought. Project iaon Traffic Impact Fee List. FINANCIAL Through Estimated (in S000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES S S 158 St Design 16 174 150 340 Land (R/W) 200 W-#F 8-n 200 400 Const. Mgmt. 174 150 324 Construction 1,160 1,000 2,160 FUND SOURCES Awarded Grant 0 Proposed Grant 592 1,200 1,792 Mitigation Actual 0 Traffic Impact Fees 150 150 Project Location S S 158 St W-#F 8-n u 2017'2022(apita Improvement dPmm �m 27 TO: FROM BY: CC: DATE: City of Tukwila Allan Ekberg, Mayor Public Works Department - Bob Giberson, Director Transportation Committee Bob Giberson, Public Works Director)o David Sorensen, Project Manager Mayor Ekberg August 12, 2016 SUBJECT: 2017 Overlay and Repair Program Project No. 91710401 Design Consultant Selection and Agreement ISSUE Execute a contract with KPG, Inc. (KPG) to provide design services for the 2017 Overlay and Repair Program. BACKGROUND Three engineering firms were evaluated to provide design services for the 2017 Overlay and Repair Program (see attached scoring & selection matrix). All of the firms offer baseline qualifications, however KPG provides a unique blend of knowledge and understanding of the City's overlay program that provides efficiency and benefits which cannot be matched at this time by any other firm. KPG has also performed very well providing construction management services. DISCUSSION KPG has provided a contract, scope of work, and fee estimate to complete design of the 2017 Overlay and Repair Program and advertise for construction bids. Starting the design phase earlier in the year for a projected construction advertisement date of March 1, 2017, should provide a more favorable bidding climate. Preliminary Locations in Design Contract — See attached vicinity map. FISCAL IMPACT 2016 Remaining 2017 KPG Contract Design Bud-get Design Budget 2017 Design Contract $114,677.03 $30,000.00 $150,000.00 RECOMMENDATION Council is being asked to approve the design contract with KPG, Inc. for the 2017 Overlay and Repair Program in the amount of $114,677.03 and consider this item on the Consent Agenda at the September 6, 2016 Regular Meeting. Attachments: Consultant Selection Scoring Matrix Vicinity Map Page 16, Proposed 2017 CIP Consultant Agreement, Scope of Work and Fee Estimate WAPW Eng\PROJECTW- RW & RS Projects\Annual Overlay & Repair Programs\2017 Overlay & Repair Program\Design\Design Consultant Selection\To TC\InfoMemo Design Consult Selection 2017 -sb.docx 2017 Overlay Program - Contract for Design Services David Evan KPFF ci c O- a Y Paving Project Design and Construction Management Experience with the City 0 0 5 Knowledge of FHWA, State, and Tukwila Standards and Procedures 4 3 5 Environmental Experience 4 3 4 Experience with Similar Projects. 3 2 5 Traffic Control Design Expertise. 3 3 4 Experienced Design Project Manager. 3 3 4 Small Scale Project Experience. 4 2 4 Utilities Coordination Experience. 3 3 3 Storm water, Drainage, and Detention Design. 4 3 4 Public Outreach Experience. 2 2 4 Survey Crew In- House. 3 4 4 TOTALS 33 28 46 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: 7/7/16 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 excellent design construction management 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. ,KW ILq 'x 2017 OVERLAY PROGRAM '�. 1908 .° CANDIDATE STREET SEGMENTS EVE S. 143RD PL. SOUTHCENTER BLVD. CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Annual Overlay and Repair Program Project No. 9xx10401 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 fin S000'sl 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 123 135 150 150 175 175 200 200 200 1,508 Land (R/W) 0 Const. Mgmt. 276 175 200 200 225 225 250 250 275 2,076 Construction 1,289 1,260 1,300 1,300 1,325 1,330 1,350 1,350 1,375 11,879 TOTAL EXPENSES 1,688 1,570 1,650 1,650 1,725 1,730 1,800 1,800 1,850 15,463 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 1,688 1,570 1,650 1,650 1,725 1,730 1,800 1,800 1,850 15,463 TOTAL SOURCES 1,688 1,570 1,650 1,650 1,725 1,730 1,800 1,800 1,850 1 15,463 6 2017 - 2022 Capital Improvement Program 16 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. 1. Proiect Designation. The Consultant is retained by the City to perform engineering services in connection with the project titled `2017 Overlay Program'. 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. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending August 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 August 31, 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 $114,677.03 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. 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. CA revised : 1 -2013 Page 2 8 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 AXII. 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 9 10. Covenant Against Continent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. CA revised : 1 -2013 Page 4 10 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 91h 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, Allan Ekberg Attest/Authenticated: City Clerk, Christy O'Flaherty 2016. CONSULTANT Printed Name:Nelson Davis. KPG Title:_ Principal Approved as to Form: Office of the City Attorney CA revised : 1 -2013 Page 5 11 EXHIBIT A City of Tukwila 2017 Overlay Program Scope of Work August 9, 2016 The Consultant shall prepare final Plans, Specifications and Estimates for the 2017 Overlay Program. Specific projects will be determined from the following list of candidate streets: ❑ Southcenter Boulevard ❑ 45th Avenue S ❑ S128 th Street ❑ S 133rd Street ❑ 51St Avenue S ❑ 58th Ave S ❑ S128 th Street ❑ S 130th Street ❑ W Marginal PI ❑ W Marginal PI ❑ S 143rd Place Macadam to T -Line Bridge as budget allows West gravel area at S 139th Military Road to approx. 650' East S 134th PI to East Marginal Way S137 th Street to S 138th Street Interurban to S 142nd Street East Marginal Way to new paving limits 34th Avenue S to 32nd Avenue S S 102nd to north City limit Cecile Moses Park to S 102nd Street Interurban to dead end The Consultant shall provide all necessary field reviews, base mapping, and utility notification required to complete final bid documents for the 2017 Overlay Program. The Consultant shall also prepare the bid tabulation, check low bidder (2) references, and provide a recommendation for award to the City. The 2017 Overlay Program will be bid as a single bid package as budget allows. The anticipated construction budget is approximately $1.26 Million for the 2017 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 2017 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 City of Tukwila KPG, Inc. 2017 Overlay Program Page 1 of 4 August 2016 IN 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. Assumptions for the 2017 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 2017 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 — 2017 OVERLAY PROGRAM 1.1 The Consultant shall provide continuous project management and administration for the duration of the Project. (Estimate 6 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. 1.2The 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. City of Tukwila KPG, Inc. 2017 Overlay Program Page 2 of 4 August 2016 13 1.3The 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 approximately thirty (30) plan sheets at 1 " =20' scale full size (22" X 34 "), V =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. 1.4 The 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. 1.5The Consultant shall prepare the Contract Specification per 2016 WSDOT Standard Specifications for the 90% Review Submittal and the Bid Documents. 1.6The Consultant shall distribute 50% and 90% review submittals to franchise utility owners for adjustments within the Project limits. City of Tukwila 2017 Overlay Program Page 3 of 4 KPG, Inc. August 2016 14 1.7The 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. City of Tukwila 2017 Overlay Program Page 4 of 4 KPG, Inc. August 2016 IN ,KW ILq 'x 2017 OVERLAY PROGRAM '�. 1908 .° CANDIDATE STREET SEGMENTS EVE S. 143RD PL. SOUTHCENTER BLVD. HOUR AND FEE ESTIMATE Project: City of Tukwila 2017 Overlay Program EXHIBIT B KPG • Architecture • Landscape Architecture • Civil Engineering Task Description Labor Hour Estimate Total Fee Project Manager $ 182.01 Senior Engineer $ 145.83 Project Engineer $ 119.33 Design Engineer $ 103.69 CAD Technician $ 87.97 Const Inspector $ 104.80 Survey Crew $ 165.47 Senior Admin $ 112.71 Office Admin $ 58.11 Fee Task 1 - 2017 Overlay Program 1.1 Management and administration (estimate 6 months) 8 0 0 0 0 0 0 6 8 $ 2,597.27 1.2 Prepare Project Base Maps 4 8 40 60 60 0 40 0 0 $ 24,786.67 1.3 Prepare 50 %, 90 %, and Final Plans 40 80 100 140 140 0 0 0 32 $ 59,573.10 1.4 Project Cost Estimates (50 %, 90 %, Final) 4 8 16 24 16 0 0 0 0 $ 7,700.22 1.5 Project Specifications 4 16 24 16 8 0 0 0 8 $ 8,753.06 1.6 Utility Coordination 2 4 16 8 8 0 0 0 4 $ 4,622.42 1.7 Project Advertisement and Award 4 4 12 8 8 0 0 0 8 $ 4,741.57 Reimbursable - Mileage $ 500.00 Reimbursable - Reproduction $ 1,500.00 Reimbursable - Traffic Control $ 2,500.00 Task Total 66 120 208 256 240 0 40 6 60 $ 114,677.03 Total Estimated Fee: $ 114,677.03 8/9/2016 18 TO: FROM: BY: CC: DATE: u�»��. �� ° �_0@r�� ��Qr �0���N���la Public Works Department -Bob Giberson, Director Transportation Committee Bob Giberson, Public Works Directorle Peter Lau, Senior Program Manager Mayor Ekberg August 12, 2016 SUBJECT: Project Number 90510403 Supplemental Agreement No. 15 with KPFF Consulting Engineers Allan Ekberg, Mayor ISSUE Approve Supplemental Agreement No. 15to Consultant Contract No. 07-123 with KPFFConsulting Engineers (KPFF). Contract No. O7'123 with KPFF provided design engineering services for the Tukwila Urban Center Pedestrian/Bicycle Bridge Project. CVUOCi|8vV8nd8dUheCVDEtRJCtiODCOOtr8C103SB Structures, LLC0D June 2U'201G. Supplemental Agreement No. |5 with KPFF, the Designer OD Record (DC)R).will provide construction management (CM) support during the construction phase along with AKANA. DISCUSSION TO properly manage this construction project, Ul8Cih/ViUOe8dC&1SUppOrtf[OOlUl8O[)0dUhDgthe construction phase. Through Supplemental Agreement No. 15, KPFF staff will provide responses to the cOOi[8C1O['S requests for iDfO[rD81iOO| reviews for structural, Ud3@O design and 8[Chit8CtUn8| Dl8i8h8| submittals, and some geotechnical support services. Tukwila CM staff and AKANA will provide the majority of the CK8 work and field iDSp8CLiODS. FISCAL IMPACT Supplemental Agreement No. 15was carefully reviewed and iG reasonable for the scope ofwork. CM Expense CM Bud_qet KPFF Supplement No. 15 g 77,174.23 $850'000.00 AKANACM Contract - 700,669.00 Total: $ 777,843.23 $850,000.00 RECOMMENDATION Council is being asked toapprove Supplemental Agreement No. 15toContract NO. 07-123 with KPFF iD the amount {f $77,174.23 for the Tukwila Urban Center Pedestrian/Bicycle Bridge, and consider this item on the Consent Agenda oi the September G,2O18 Regular Meeting. Attachments: Page 12, 2015 CIP Supplemental Agreement No. 15 VVAPVV Eng\PROJECTS\A- RW^IRS Projects\TUC Ped Bicycle Bridge i90510403)\Constructiona100 -nontract Documents\CM Consultant�KPFF\lnf"Memo For KPFF Sup -ob.Docx 11*1 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2015 to 2020 PROJECT: Tukwila Urban Center - Pedestrian /Bicycle Bridge Project No. 90510403 DESCRIPTION: Construct a new pedestrian /bicycle bridge over the Green River. JUSTIFICATION: Pedestrian /bicycle connection between Tukwila's Urban Center and commuter rail /Amtrak station. Supports local and regional goals and policies regarding land use and transportation in Urban Center. Pedestrian System Report identified the optimal location for bridge crossing to be south of the Ramada Inn at STATUS: 15901 West Valley Hwy. Type, Size, and Location Report was completed in 2011. Council approved a design of a twin -tied arch bridge with no accommodation for a future bridge crossing over West Valley Highway. MAINT. IMPACT: To be determined. Design grants: State Enhancement for $190k & $500k, Transit Oriented Development (TOD) planning grant COMMENT: of $55k, and Federal CMAQ grant of $751 K. WSDOT Regional Mobility construction grant of $6.870M. Project is on Park Impact Fee list with funding of $2 million with an 80 %/20% split for $1.6M. FINANCIAL Through Estimated (in $000's) 2013 2014 2015 2016 2017 2018 2019 2020 BEYOND TOTAL EXPENSES Design 921 200 442 1,563 Land (R /W) 1,100 1,100 Const. Mgmt. 150 700 850 Construction 1,000 5,485 6,485 TOTAL EXPENSES 921 200 1 2,692 1 6,185 1 0 0 0 0 0 9,998 FUND SOURCES Awarded Grant 842 100 554 1,496 Awarded Reg Mobility 870 6,000 6,870 Park Impact Fees 79 44 70 75 268 Bond /Interfund Loan 0 City Oper. Revenue 0 56 1,198 110 0 0 0 0 0 1,364 TOTAL SOURCES 921 200 2,692 6,185 0 0 0 0 0 9,998 2015 - 2020 Capital Improvement Program 12 20 "Y'.1 Washington State Section 1, SCOPE OF WORK, is hereby changed Wead� 1-he overall obJective [d6i id ('onstruction Support Services ([8S 11 Section IV, TIME FOR BEGINNING AND COMPLETION, completion of the work to read: Contract con-ipletion date is extended to December 3 1 2017 — Section V, PAYMENT shall be amended as follows: ]lzeyuDycowni increases Uzo contract value 6yS77,17423'hioreaaing the provnosty authorized maxiommuoouoi G as set forth in the attached Exhibit A, and by this reference made e part of this supplement. If YOU concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return 0o this office for final action. i II.E./Associate Consultant Signature ooT ronn140-nnaep Revicod 9/2005 AppmvingAuthority Signature Date 41 Exhibit A — Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge — Supplement #15 Page 1 Exhibit A -1 Scope of Work Tukwila Urban Center, Pedestrian/ Bicycle Bridge Supplement No. 15 - Construction Support Services PROJECT DESCRIPTION KPFF has previously contracted with the City of Tukwila (City) to complete the Plans, Specifications and Cost Estimate (PSE) Phase of the Tukwila Urban Center Pedestrian and Bicycle Bridge project. The project has now moved in to the construction phase which includes construction of a 350 foot -long pedestrian bridge across the Green River. Specific tasks include, but are not necessarily limited to: construction of a mixed use trail, installation of bridge and trail lighting, installation of urban design and landscape features, relocation and adjustment of existing utilities and removing and replacing concrete curbs, sidewalks and ramps. PROJECT OBJECTIVES The overall objectives of this supplement include: • On an as needed basis, provide Construction Support Services (CSS) for the duration of the construction phase of the project The scope of work is expected to last approximately 11 months following Notice to Proceed. The Contractor was awarded the Contract on June 20, 2016 with construction activities anticipated to begin in July 2016 and be completed in June 2017. PROJECT CSS TEAM This supplement includes effort by the following project design team members: Prime Consultant Structural Engineering Civil Engineering Landscape, Urban Design 8v Electrical Geotechnical Engineering Architectural Services KPFF Consulting Engineers KPFF Consulting Engineers KPFF Consulting Engineers KPG Inc. Landau Associates LMN Architects 04 Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #15 Page 2 SCOPE OF WORK The following is a scope of work for Construction Support Services for the construction phase of the project. TASK NO. 1.0 - PROJECT MANAGEMENT AND ADMINISTRATION Task No. 1.10 - Project Management, Coordination & Invoicing KPFF will be available to provide project management and coordination of the CSS team members. The CSS team will be available on an as needed basis throughout the construction phase to answer questions from the City. CSS team members prepare monthly invoices for work completed, which are then compiled by KPFF into a single invoice for the City. Task No. 1.20 - Meetings KPFF and CSS team members will be available on an as needed basis throughout the duration of construction for meetings in order to respond to questions from the City. The following meetings are assumed for this phase: • Pre - construction meeting: KPFF will attend this meeting. • Drilled shaft pre- construction meeting: Landau Associates will be available to attend this meeting. • Punchlist walkthrough meeting: KPFF and KPG will be available to attend this meeting. TASK NO. 2.0 - STRUCTURAL SUPPORT SERVICES KPFF will be available to provide structural Construction Support Services throughout the duration of construction. These services will be provided on an as- needed basis, as authorized by the City's Construction Manager. KPFF will be available to assist the City and the Construction Management team with the following activities: Task No. 2.10 - Contractor Bid Assistance KPFF bridge engineers and project managers will be available to respond to technical questions from prospective bidders. Assume preparation of two bid package addenda may be needed. Task No. 2.20 - Submittal Review Given the nature of the bridge and its complexity, KPFF will review key structural submittals related to the steel tied arch at Span 2. The design and performance of this span is highly dependent on the steel fabrication details, welding materials/ procedures and construction sequencing. Because of this, KPFF bridge engineers will review the following structural submittals: 23 Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #15 Page 3 • Steel reinforcement shop drawings for Abutment 1, Pier 2, Pier 3, Abutment 5, Span 1 bridge deck, Span 2 bridge deck, Span 3 8v 4 bridge deck, drilled shafts at pier 2 8v 3. • Steel fabrication shop drawings and welding procedures for Span 2 • Structural strand shop drawings for Span 2 • Calculations for Span 2 • Structural strand erection plan and calculations for Span 2 • Camber measurements and structural strand tension adjustments for Span 2 • Pedestrian railing shop drawings It is assumed that all other structural related submittals will be reviewed by the Construction Management team. Task No. 2.30 - Request for Approval of Materials (RAMs) Review For the reasons given in Task 2.20, KPFF bridge engineers will review the following RAMS required by the project specifications and submitted by the Contractor: • Concrete Class 4000D Lightweight for Span 2 • All structural steel and high strength bolts for Span 2 • Welded shear connectors for Span 2 • Structural steel paint system for Span 2 It is assumed that all other structural related RAM's will be reviewed by the Construction Management team. Task No. 2.40 - Requests for Information (RFI's) KPFF bridge engineers will be available on an as- needed basis to respond in a timely manner to structural related RFI's. For scoping purposes it is assumed that KPFF bridge engineers will review up to ten (10) structural related RFI's. Task No. 2.50 - Site Visits KPFF bridge engineers will be available to perform site visits at critical phases during bridge construction. For scoping purposes, a total of five (5) site visits are assumed. TASK NO. 3.0 - CIVIL SUPPORT SERVICES KPFF will be available to provide civil Construction Support Services throughout the duration of construction. These services will be provided to the City on an as- needed basis, as authorized by the City's Construction Manager. KPFF will be available to assist the City and the Construction Management team with the following activities: 24 Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #15 Page 4 Task No. 3.10 - Contractor Bid Assistance KPFF civil engineers will be available to respond to technical questions from prospective bidders. Assume preparation of two bid package addenda may be needed. Task No. 3.20 - Submittal Review It is assumed that the Construction Management team will review the majority of the civil related submittals. For scoping purposes, it is assumed that KPFF civil engineers will review up to three (3) civil related submittals. Task No. 3.30 - Request for Approval of Materials (RAMs) Review It is assumed that the Construction Management team will review the majority of the civil related RAMS. For scoping purposes, it is assumed that KPFF civil engineers will review up to three (3) civil related RAMS. Task No. 3.40 - Requests for Information (RFI's) KPFF civil engineers will be available on an as- needed basis to respond in a timely manner to RFI's relating to construction of civil related items. For scoping purposes, it is assumed that KPFF civil engineers will review up to three (3) civil related RFI's. Task No. 3.50 - Site Visits KPFF civil engineers will be available to perform site visits at critical phases during construction. For scoping purposes, a total of two (2) site visits are assumed. TASK NO. 4.0 - URBAN DESIGN /LANDSCAPE /ELECTRICAL SUPPORT SERVICES KPG will be available to provide Urban Design, Landscape and Electrical Construction Support Services throughout the duration of construction. These services will be provided on an as- needed basis, as authorized by the City's Construction Manager. KPG will be available to assist the City and the Construction Management team with the following activities: Task No. 4.10 - Contractor Bid Assistance KPG designers will be available to respond to technical questions from prospective bidders. Assume preparation of two bid package addenda may be needed. Task No. 4.10 - Submittal Review It is assumed that the Construction Management team will review the majority of the Urban Design /Landscape /Electrical related submittals. For this scope, KPG designers will review the following submittals: • Bridge mounted junction boxes (location) • Retaining wall mockup segments and installation • Shop drawings for Kiosk 041 Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #15 Page 5 Task No. 4.20 - Request for Approval of Materials (RAMs) Review It is assumed that the Construction Management team will review majority of the Urban Design /Landscape /Electrical related RAMS. For this scope, it is assumed that KPG designers will review the following RAMS: • Bridge, kiosk and trail lighting, poles, luminaires • Bridge uplighting • Control Equipment • Pedestrian/ Bicycle counter system • Kiosk materials • Paint finishes for Urban Design elements • Landscape submittals, topsoil, bark mulch, compost • Other related site landscape items Task No. 4.30 - Requests for Information (RFI's) KPG designers will be available on an as- needed basis to respond in a timely manner to RFI's relating to Urban Design /Landscape /Electrical related items. For scoping purposes, it is assumed that KPG designers will answer up to three (3) Urban Design /Landscape /Electrical RFI's. Task No. 4.40 - Site Visits KPG designers will be available to perform site visits at critical phases during construction. For scoping purposes, two (2) site visits have been assumed. TASK NO. 5.0 - GEommmCAL SUPPORT SERVICES Landau Associates will be available to provide Geotechnical Construction Support Services throughout the duration of construction. These services will be provided to the City on an as- needed basis, as authorized by the City's Construction Manager. Landau Associates will be available to assist the City and the Construction Management team with the following activities: Task No. 5.10 - Submittal Review Landau Associates geotechnical engineers will review all geotechnical submittals required by the project specifications and prepared by the Contractor. The following submittals are anticipated: • Drilled shaft slurry technical assistance, if needed • Drilled shaft obstruction removal plan, if needed Task No. 5.20 - Requests for Information (RFI's) Landau Associates geotechnical engineers will be available to respond in a timely manner to RFI's related to geotechnical issues. For scoping purposes, it is assumed that Landau Associates geotechnical engineers will review up to three (3) geotechnical related RFI's. 0111 Exhibit A - Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge - Supplement #15 Page 6 TASK No. 6.0 -ARCHITECTURAL SUPPORT SERVICES LMN Architects will be available to provide Architectural Construction Support Services during key phases of construction. LMN Architects will be available to assist the City and the Construction Management team with the following activities: Task No. 6.10 - Submittal Review LMN Architects will be available to review the following architectural related submittals required by the project specifications and prepared by the Contractor: • Pedestrian railings (KPFF to decide either KPFF or LMN Architects will do this submittal review). • Striated finish formliners. Task No. 6.20 - Requests for Information (RFI's) LMN Architects will be available to respond in a timely manner to architectural related RFI's. For scoping purposes, it is assumed that LMN architects will review up to three (3) architectural related RFI's. Task No. 6.30 - Site Visits LMN Architects will be available to perform site visits at critical phases during construction. For scoping purposes, a total of three (3) site visits are assumed. ON Mileage Reprographics Subcontract (Blank) Subtotal (## Miles x $0.565/mile) (## Sheets x $X.xx/sheet) (Sub Name & Task) (Allowance) Subconsultant Costs (See Exhibit G) $0.00 $26,632.87 I GRAND TOTAL: $77,1 28 EXHIBIT E-1 KPFF Consulting Engineers CONSULTANT FEE DETERMINATION SUMMARY OF COST TUKWILA URBAN CENTER BICYCLE/PEDESTRIAN BRIDGE CSS Classification Total Hours X Rate = Cost Principal / Tech. Specialist 25.00 X $62.50 = $1,562.50 Project Manager 0.00 X $60.06 = $0.00 Senior Engineer 88.00 X $58.20 = $5,121.60. Design Engineer 299.00 X $38.80 = $11,601.20 Prof. Land Surveyor 0.00 X $46.20 = $0.00 Project Surveyor 0.00 X $35.20 = $0.00 Survey Crew 0.00 X $71.50 = $0.00 CADD Technician 20.00 X $40.33 = $806.60 Coordinator / Admin 22.00 X $25.50 = $561.00 DSC Subtotal $19,652.90 Overhead (OH) Cost OH Rate x DSC of 127.17% X $19,652.90 = $24,992.59 Fixed Fee (FF) FF Rate x DSC of 30.00% X $19,652.90 = $5,895.87 Reimbursables Mileage Reprographics Subcontract (Blank) Subtotal (## Miles x $0.565/mile) (## Sheets x $X.xx/sheet) (Sub Name & Task) (Allowance) Subconsultant Costs (See Exhibit G) $0.00 $26,632.87 I GRAND TOTAL: $77,1 28 COST ESTIMATE: TUKWILA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS JUI — GU IU T U KW I LA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS Principal / Tech. Specialist Project Manager Senior Engineer t -IiVIIJUIIIiI Design Engineer Prof. Land Surveyor I n,— Project Surveyor Survey Crew CADD Technician Coordinato r /Admin MULTIPLIER: Item I SCOPE OF WORK $62.50 $60.06 $58.20 $38.80 $46.20 $35.20 $71.50 $40.33 $25.50 2.5717 1 Pro ect Mana ement & Administration $2,423 Request for Approval of Material (RAMS) 8 12 1.10 Project Management, Coordination & Invoicing 6 $798 Requests for Information (RFIs) 12 $3,321 12 45 3 12 $2,949 1.20 Meetings 4 Site Visits 14 1 10 4 16 $3,736 Contractor Bid Assistance 1 10 $998 Submittal Review 4 14 150 6 12 $17,70E Request for Approval of Material (RAMS) $2,423 Request for Approval of Material (RAMS) 8 12 12 $798 Requests for Information (RFIs) 4 $3,321 12 45 3 12 6 $7,759 Site Visits 4 4 16 12 $1,796 Labor Subtotal: 3 0 44 48 Labor Subtotal:I 12 1 0 30 228 0 0 0 1 8 1 0 IF $27,261 Contractor Bid Assistance 2 $299 Submittal Review 6 12 5 $2,423 Request for Approval of Material (RAMS) 12 12 5 $3,321 Requests for Information (RFIs) 3 12 24 12 $5,918 Site Visits 12 $1,796 Labor Subtotal: 3 0 44 48 0 0 0 12 10 $13,758 $0 Urban Desi n /Candace /Electrical Support Services Contractor Bid Assistance Submittal Review Request for Approval of Material (RAMS) Requests for Information (RFIs) Site Visits Labor Subtotal: 0 0 0 0 0 0 0 0 0 $0 $0 Geotechnical Su ort Services Submittal Review Requests for Information (RFIs) Labor Subtotal: 0 0 0 0 0 0 0 0 0 $0 Architectural Su port Services Submittal Review Requests for Information (RFIs) Site Visits Labor Subtotal:I 0 0 0 0 0 0 0 0 0 $0 Labor Sum:1 25 1 0 88 1 299 0 0 0 20 22 $47,703 f4 *1 ISubconsultant Total: $11, Mll EXHIBIT G-1 KPG CONSULTANT FEE DETERMINATION SUMMARY OF COST TUKWILA URBAN CENTER BICYCLE/PEDESTRIAN BRIDGE CSS Classification Total Hours X Rate = Cost Senior Traffic Engineer 18.00 X $56.97 = $1,025.46. Traffic Engineer 23.00 X $44.59 = $1,025.57 Senior LA 22.00 X $54.57 = $1,200.54 Project LA/UD 27.00 X $38.46 = $1,038.42 Design LA 0.00 X $27.76 = $0.00 CAD Technician 0.00 X $37.86 = $0.00. Survey Crew 0.00 X $47.12 = $0.00 Office Admin 0.00 X $31.25 = $0.00 DSC Subtotal $4,289.99 Overhead (OH) Cost OH Rate x DSC of 131.49% X $4,289.99 = $5,640.91 Fixed Fee (FF) FF Rate x DSC of 30.00% X $4,289.99 = $1,287.00 Reimbursables Mileage (## Miles x $0.565/mile) Reprographics (## Sheets x $X.xx/sheet) Subcontract (Sub Name & Task) (Blank) (Allowance) Subtotal $0.00 ISubconsultant Total: $11, Mll COST ESTIMATE: TUKWILA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS July 29, 2016 KPG KPG TUKWILA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS Senior Traffic Engineer Traffic Engineer Senior LA Project LAND Design LA CAD Technician Survey Crew Office Admin MULTIPLIER: Item SCOPE OF WORK $56.97 $44.59 $54.57 $38.46 $27.76 $37.86 $47.12 $31.25 2.6149 1 Project Management & Administration 1.10 Project Management, Coordination & Invoicing 12 $1,712 1.20 Meetings Labor Subtotal: 0 0 12 0 0 0 0 0 $1,712 2 Structural Supp, ort Services 2.10 Contractor Bid Assistance 2.20 Submittal Review 2.30 Request for Approval of Material (RAMs) 2.40 Requests for Information (RFIs) 2.50 Site Visits Labor Subtotal: 0 0 0 0 0 0 0 0 $0 immmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmm 3 Civil Support Services 3.10 Contractor Bid Assistance 3.20 Submittal Review 3.30 Request for Approval of Material (RAMs) 3.40 Requests for Information (RFIs) 3.50 Site Visits Labor Subtotal: 0 0 0 0 0 0 0 0 $0 4 Urban Design/Landscape/Electrical Support Services 4.10 Contractor Bid Assistance 8 3 4 $2,112 4.20 Submittal Review 2 2 4 6 $1,705 4.30 Request for Approval of Material (RAMs) 4 8 2 6 $2,417 4.40 Requests for Information (RFIs) 6 6 $1,303 4.50 Site Visits 4 4 9 $1,967 Labor Subtotal: 18 23 10 27 0 0 0 0 $9,506 5 Geotechnical Support Services 5.10 Submittal Review 5.20 Requests for Information (RFIs) Labor Subtotal: 0 0 0 0 0 0 0 0 $0 6 Architectural Support Services 6.10 Submittal Review 6.20 Requests for Information (RFIs) 6.30 Site Visits Labor Subtotal: 0 0 0 0 0 0 0 0 $0 Labor Sum: 18 23 22 27 0 0 0 0 $11,218 Reimbursable Sum: 111MM MillillilillillillillillillillillillillilliillillillillillillillillillillilillillillillillillillilliillillillI 1111111111111111 $0 KPG SUBTOTAL: $11,21$ 451 ISubconsultant Total: $5, EXHIBIT G-1 LANDAU ASSOCIATES CONSULTANT FEE DETERMINATION SUMMARY OF COST TUKWILA URBAN CENTER BICYCLE/PEDESTRIAN BRIDGE CSS Classification Total Hours X Rate = Cost Principal 2.50 X $61.63 = $154.08 Associate 15.00 X $45.87 = $688.05 Senior Project 18.00 X $40.24 = $724.32 Senior Staff 0.00 X $31.25 = $0.00 Staff/Senior Tech 0.00 X $27.74 = $0.00 Project Coordinator 4.00 X $32.97 = $131.88. 0.00 X $0.00 = $0.00 0.00 X $0.00 = $0.00 DSC Subtotal $1,698.33 Overhead (OH) Cost OH Rate x DSC of 204.07% X $1,698.33 = $3,465.77 Fixed Fee (FF) FF Rate x DSC of 30.00% X $1,698.33 = $509.50 Reimbursables Mileage (## Miles x $0.565/mile) Reprographics (## Sheets x $X.xx/sheet) Subcontract (Sub Name & Task) (Blank) (Allowance) Subtotal $0.00 ISubconsultant Total: $5, COST ESTIMATE: TUKWILA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS July 29, 2016 LANDAU ASSOCIATES LANDAU ASSOCIATES TUKWILA URBAN CENTER Principal Associate Senior Senior Staff Staff /Senior Project 0.00 0.00 BICYCLE /PEDESTRIAN BRIDGE CSS project Tech Coordinator MULTIPLIER: Item SCOPE OF WORK $61.63 $45.87 $40.24 $31.25 $27.74 $32.97 $0.00 $0.00 3.3407 1 Project Management & Administration 1.10 Project Management, Coordination & Invoicing 5 3 4 $1,610 1.20 Meetings 5 5 $1,438 Labor Subtotal: 0 10 8 0 0 4 0 0 $3,048 2 Structural Supp ort Services 2.10 Contractor Bid Assistance 2.20 Submittal Review 2.30 Request for Approval of Material (RAMs) 2.40 Requests for Information (RFIs) 2.50 Site Visits Labor Subtotal: 0 0 0 0 0 0 0 0 $0 3 Civil Support Services 3.10 Contractor Bid Assistance 3.20 Submittal Review 3.30 Request for Approval of Material (RAMs) 3.40 Requests for Information (RFIs) 3.50 Site Visits Labor Subtotal: 0 0 0 0 0 0 0 0 $0 4 Urban Design/Landscape/Electrical Support Services 4.10 Contractor Bid Assistance 4.20 Submittal Review 4.30 Request for Approval of Material (RAMs) 4.40 Requests for Information (RFIs) 4.50 Site Visits Labor Subtotal: 0 0 0 0 0 0 0 0 $0 5 Geotechnical Support Services 5.10 Submittal Review 1 2 4 $1,050 5.20 Requests for Information (RFIs) 1.5 3 6 $1,575 Labor Subtotal: 2.5 5 10 0 0 0 0 0 $2,625 6 Architectural Support Services 6.10 Submittal Review 6.20 Requests for Information (RFIs) 6.30 Site Visits Labor Subtotal: 0 0 0 0 0 0 0 0 $0 Labor Sum: 2.5 15 18 0 0 4 0 0 $5,674 Reimbursable Sum: $0 LANDAU AMWOTAll ; $5,674 33 ISubconsultant Total: $9, 34 EXHIBIT G-1 LIVIN ARCHITECTS CONSULTANT FEE DETERMINATION SUMMARY OF COST TUKWILA URBAN CENTER BICYCLE/PEDESTRIAN BRIDGE CSS Classification Total Hours X Rate = Cost Partner 6.00 X $86.54 = $519.24 Project Designer 24.00 X $53.85 = $1,292.40 Project Architect 36.00 X $32.21 = $1,159.56. 0.00 X $0.00 = $0.00 0.00 X $0.00 = $0.00 0.00 X $0.00 = $0.00 0.00 X $0.00 = $0.00 0.00 X $0.00 = $0.00 DSC Subtotal $2,971.20 Overhead (OH) Cost OH Rate x DSC of 197.86% X $2,971.20 = $5,878.82 Fixed Fee (FF) FF Rate x DSC of 30.00% X $2,971.20 = $891.36 Reimbursables Mileage (## Miles x $0.565/mile) Reprographics (## Sheets x $X.xx/sheet) Subcontract (Sub Name & Task) (Blank) (Allowance) Subtotal $0.00 ISubconsultant Total: $9, 34 COST ESTIMATE: TUKWILA URBAN CENTER BICYCLE /PEDESTRIAN BRIDGE CSS July 29, 2016 LMN ARCHITECTS LMN ARCHITECTS TUKWILA URBAN CENTER Partner Project Project 0.00 0.00 0.00 0.00 0.00 BICYCLE /PEDESTRIAN BRIDGE CSS Designer Architect MULTIPLIER: Item SCOPE OF WORK $86.54 $53.85 $32.21 $0.00 $0.00 $0.00 $0.00 $0.00 3.2786 1 Project Management & Administration 1.10 Project Management, Coordination & Invoicing 12 $2,119 1.20 Meetings Labor Subtotal: 0 12 0 0 0 0 0 0 $2,119 2 Structural Supp ort Services 2.10 Contractor Bid Assistance 2.20 Submittal Review 2.30 Request for Approval of Material (RAMs) 2.40 Requests for Information (RFIs) 2.50 Site Visits Labor Subtotal: 0 0 0 0 0 0 0 0 $0 3 Civil Support Services 3.10 Contractor Bid Assistance 3.20 Submittal Review 3.30 Request for Approval of Material (RAMs) 3.40 Requests for Information (RFIs) 3.50 Site Visits Labor Subtotal: 0 0 0 0 0 0 0 0 $0 4 Urban Design/Landscape/Electrical Support Services 4.10 Contractor Bid Assistance 4.20 Submittal Review 4.30 Request for Approval of Material (RAMs) 4.40 Requests for Information (RFIs) 4.50 Site Visits Labor Subtotal: 0 0 0 0 0 0 0 0 $0 5 Geotechnical Support Services 5.10 Submittal Review 5.20 Requests for Information (RFIs) Labor Subtotal: 0 0 0 0 0 0 0 0 $0 6 Architectural Support Services 6.10 Submittal Review 2 6 14 $3,105 6.20 Requests for Information (RFIs) 2 10 $1,409 6.30 Site Visits 4 4 12 $3,108 Labor Subtotal: 6 12 36 0 0 0 0 0 $7,623 Labor Sum: 6 24 36 0 0 0 0 0 $9,741 Reimbursable Sum: $0 LMN ARCB01111TOTAL: $9,741 tv 41.1 Public Works Department - Bob Giberson, Director TO: Transportation Committee FROM: Bob Giberson, Public Works Director BY: Cyndy Knighton, Senior Program Manager CC: Mayor Ekberg DATE: August 12, 2016 SUBJECT: Transit Network Plan Update Project No. 91510409 ISSUE Update on the Transit Network Plan and present the draft document for discussion. BACKGROUND Allan Ekberg, Mayor The Transit Network Plan was first developed and adopted in 2005 as part of a larger update to the Transportation Element Update. In 2012, the City updated the Transportation Element again, but did not update the Transit Network Plan. PSRC strongly suggested that the City update the Transit Network Plan during their certification review of the latest Transportation Element. Nelson \Nygaard was retained to update the Transit Network Plan in July 2015. One key focus for this update was identifying transit needs for Tukwila's diverse population and develop strategies to improve residential access to public transportation. To gather this information, there was a large public outreach element which included: an online survey translated into multiple languages; face -to -face meetings with employers, organizations and groups representing the traditionally underserved population; and a pop -up open house held at the Saars grocery store on Tukwila International Boulevard with interpreters in five languages. Another key focus for the City was to have updated data, vision, and policy direction on public transit, particularly to support the City's interest in regional long range transit plans under development for both King County Metro and Sound Transit. The ongoing work developed for this Transit Network Plan, including the details of the local transit needs discovered during the extensive public outreach efforts, have been provided to both Metro and Sound Transit as part of the formal comments provided to both agencies. DISCUSSION The draft Transit Network Plan has been completed and reviewed by City staff. It is a comprehensive document intended to set a clear direction for transit in Tukwila for the next 10 years and recommends short -term actions to improve transit service for the entire City. In general, Tukwila has good transit service, but that doesn't mean there is no room for improvements. The document identifies service and policy recommendations as well as capital improvements that should be considered by Council for inclusion in the Plan. The next step for this draft Transit Network Plan, after consideration by the Transportation Committee, is to go back out to the public and solicit feedback regarding the conclusions and recommendations included in the draft Plan. Public comments on the plan will be solicited from the general public, elected officials, and outside agencies. A second pop -up open house at the Saars grocery store will be held as well as a scheduled open house at a location to be determined. After the public input round, revisions to the draft plan will be made and the final version will be presented to Council for consideration. The final adoption of the Transit Network Plan update will be done via a resolution. FINANCIAL IMPACT None. The update is part of the current project scope and budget. RECOMMENDATION Information and discussion only. Attachments: Draft Transit Network Plan provided earlier under separate cover [cal WAPW Eng \PROJECTS\A- RW & RS Projects \Transit Network Plan Update (91510409) \Design \Plan Documents \INFO MEMO Draft Plan to TC 08 -12 -16 gl sb.docx 38 City of Tukwila Allan Ekberg, Mayor T{]: Transportation Conmmmittee FROM: Laurel Humphrey, Council Analyst CC: Mayor Ekberg DATE: August 12, 2016 SUBJECT: King County Metro Park & Ride Issues ISSUE Parking availability at the King County Metro Tukwila Park & Ride on Interurban Avenue South. BACKGROUND |D January 2O14, due tO85O% rent increase, King County terminated the lease Of the small auxiliary parking lot tO the main Tukwila Park & Ride located Gt13445 Interurban Avenue South. The loss Uf the auxiliary parking lot with 41 parking stalls has resulted iD8D increased number Of P8Sid8DU8| S0mnp|8iDtG about UD3v8i|8b|8 parking at the Dl8iD Park fk Ride lot. At that time, K48tFO worked with Tukwila Public Works staff |O identify potential opportunities LO lease additional space, but did not find success with nearby property owners. King County Metro iS actively reviewing its parking lot program and working tOidentify strategies k] address overcrowding 81 some Park @ Rides and UDd8nUhUz8bOO8t others. They are currently hosting an online customer survey about parking management, including questions seeking public input into a permit program that would allow users tO purchase priority access, such as the program recently piloted by Sound Transit. In addition, Metro is working on its long range plan, "Metro CODD8CtS,'' that identifies long term capital needs and strategies tOimprove access tU transit. COUDCi|DlgOlb8[H0Ug8[dy represents the City OD the South County Area Transportation Board as well as King County's Regional Transit Committee and has shared resident feedback OO Park & Rides via these groups 8S they work through transit-related planning. Tukwila is also represented on the staff-oriented King County Metro Long Range Plan Technical Advisory Committee. Since King County Metro is8regionally funded service agency, there are currently DOprograms providing priority rights to individual ChU8G' DO[ are cities 8]k]vVed to grant special privileges to Ul8i[ [OSid8DtG. Park fk Ride lots serve not only transit UG8n6, but hd8Sh8ne CODlDlUt8nS including v8DpOO|S and carpools. When City {}OUOCi|OO8Dlb8[GO[ staff members receive concerns about potential ViO|8tO[S, those iSSUeS are forwarded LO King County W1Ht[O Park & Ride K88O8g80eD1 for follow-up. DISCUSSION Provide members Ofthe Transportation Committee 8O opportunity k} discuss the challenges and the City's role with regard to King County Metro's Tukwila Park & Ride. The draft Transit P|8D. which will be presented to the Committee at a forthcoming meeting, includes a new section on Park & Rides, addressing both King County Metro and Sound Transit properties. ZAoou"cil Agenda nmnsT"mwW"mmp"xa Ride n8-,2-,o.docx ew El to] SOUTH COUNTY AREA TRANSPORTATION BOARD (SCATBd) MEETING AGENDA Tuesday, August 16, 2016 9:00 — 11:00 a.m. SeaTac City Hall 4800 South 188th Street SeaTac 1. Open Meeting • Breakfast provided by City of Burien Introductions Action 9:00 a.m. • Approve July 19, 2016 SCATBd Meeting Summary 2. Reports and Communications • Chair or Vice Chair Report and 9:05 a.m. • Participant Updates from RTC and Other Regional Discussion Committees 3. Update on Sound Transit's Link to Federal Way & ST3; Cathal Ridge, Sound Transit, Federal Way Link Project Report and 9 :10 a.m. Manager Discussion 4. PSRC Federal Awards — South County Projects; Report and Eric Miller, Vice - Chair, King County Project Evaluation Discussion 9:30 a.m. Connittee �n 5. PSRC's T -2040 Travel Trends Update; Report and Craig Hebnann, Senior Modeler, Puget Sound Regional Discussion 10:00 a.m. Council 6. • Public Comment • For the Good of the Order 10:45 a.m. • Next SCATBd Meeting: September 20, 2016 May Meeting -- Breakfast — City of Covington Cyl