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