HomeMy WebLinkAboutReg 2016-09-06 Item 4C - Agreement - 2017 Overlay and Repair Program Design with KPG Inc for $114,677.03COUNCIL AGENDA SYNOPSIS
---------------------------- - - - - -- Initials
Meefin re pare y
,g Date P d biv .0 1 ayor s review ouncil review
09/06/16 BG-;&,.
ITEM INFORMATION
rzowma
4.C.
--STAFF
SPONSOR: BOB GIBERSON
ORIGINAI, AGENDA DATE: 09/06/16
AGENDA ITEM Tri'i.E, 2017 Annual Overlay & Repair Program
Design Consultant Agreement with KPG, Inc.
CXIT',GORY ❑ Discussion
Mtg Date
❑ Motion
Mt Date 09106116
❑ Resolution
Aft
,g Dale
❑ Ordinance
Mtg Date
FI .Bid Award
Mtg Date
❑ Public Hearinu
Mtg Date
❑ Other
Mtg Date
SPONSOR ❑ Council ❑ Mayor [:] HR ❑ DCD ❑ Finance ❑ Fire ❑ IT ❑ P&R ❑ Police ❑ PV
SPONSOR'S This contract is for design of the 2017 Annual Overlay and Repair Program. Three
SUMMARY engineering firms were evaluated and KPG was determined to be the most qualified. The
list of 11 street sections for the 2017 Overlay and Repair Program was developed using the
City's Pavement Management Program. In the design process, cost estimates will
determine which sections are constructed in 2017. Council is being asked to approve the
design contract with KPG, Inc. in the amount of $114,677.03.
REVIEWED BY ❑ cow Mtg- ❑ CA&P Cmte ❑ F&S Cmte ❑ Transportation Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 08/15/16 COMMITTEE CHAIR: DENNIS ROBERTSON
RECOMMENDATIONS:
SPONSOR/ADMIN. Public Works Department
COMMI'I-I'EE' Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
ExPENDITURE, REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$114,677.03 $150,000.00 $0.00
Fund Source: 104 ARTERIAL STREET FUND (PAGE 16, PROPOSED 2017 CIP)
Comments:
MTG.DATEI
RECORD OF COUNCIL ACTION
09/06/16
MTG. DATE
ATTACHMENTS
09/06/16
Informational Memorandum dated 08/12/16
Consultant Selection Scoring Matrix
Vicinity Map
Page 16, Proposed 2017 CIP
KPG Contract, Scope of Work, and Fee
Minutes from the Transportation Committee meeting of 08/15/16
5
TO:
FROM
BY:
CC:
DATE:
City of Tukwila
Public Works Department - Bob Giberson, Director
Transportation Committee A
Bob Giberson, Public Works Directore
David Sorensen, Project Manager
Mayor Ekberg
August 12, 2016
SUBJECT: 2017 Overlay and Repair Program
Project No. 91710401
Design Consultant Selection and Agreement
Allan Ekberg, Mayor
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 Budget Design Bud-get
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 EngkPROJECTS\A- RW & RS ProjectsNAnnual Overlay & Repair Programs\2017 Overlay & Repair Program\Design\Design Consultant Selection\To TC\InfoMemo Design Consult Selection 2017 • sb.docx
&I'- 2017 OVERLAY PROGRAM
CANDIDATE STREET SEGMENTS
WE
S. 143RD PL.
SOUTHCENTER BLVD.
W
2017 Overlay Program — Contract for Design Services
David Evans
KPFF
1
KPG, Inc.
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
3
2
4
5
Experience with Similar Projects.
Traffic Control Design Expertise.
3
3
4
Experienced Design Project Manager.
3
3
4
Small Scale Project Experience.
4
3
2
3
4
3
Utilities Coordination Experience.
Storm water, Drainage, and Detention Design.
4
3
4
4
Public Outreach Experience.
2
2
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.
12
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
(in $000'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 A
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
15,463
2017 - 2022 Capital Improvement Program 16 13
14
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.
3. 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.
15
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
16
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3, Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self - insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as
required by this section shall be delivered to the City within fifteen (15) days of execution
of this Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
CA revised : 1 -2013
Page 3
17
1.0. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this
warrant, the City shall have the right to annul this contract without liability, or in its
discretion to deduct from the contract price or consideration, or otherwise recover, the full
amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
1 l . 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
i
Page 4
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southeenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
KPG
753 9b 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
CA revised : 1-2013
2016.
CONSULTANT
By:
Printed Name:Nelson Davis, KPG
Title: Principal
Approved as to Form:
Office of the City Attorney
Page 5
19
20
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
❑ S 128 th Street
❑ S 133rd Street
❑ 51 st Avenue S
❑ 58th Ave S
❑ S 128th 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 134 th PI to East Marginal Way
S 137 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
21
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 I — 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
2017 Overlay Program
22
Page 2 of 4
KPG, Inc.
August 2016
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"), 1 " =40' at reduced scale (11" X 17").
• Typical sections and details will be prepared for items not available as standard
details from the City, State, or WSDOT standard drawings.
• Plans will identify curb ramp replacement limits and pedestrian push button
modifications in accordance with ADA requirements.
• The plans shall illustrate complete details of construction of the proposed
improvements including limits of construction and removals, utility adjustments,
surfacing depths and details, and applicable channelization and signing for the
segments selected for final design.
• Plans and specifications will include required criteria for traffic control plans and
pedestrian traffic control during construction. Criteria will be developed in
collaboration with the City.
• The Consultant shall perform site walkthroughs with the City maintenance staff
to determine extent of roadway improvements / resurfacing (Estimate 2
meetings) and to prioritize candidate streets within the available budget.
• Pavement sections will be determined through consultation with the City's
maintenance staff and previous experience. No geotechnical investigations
are anticipated.
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.
1.5 The 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
23
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
24
Page 4 of 4
KPG, Inc.
August 2016
2017 OVERLAY PROGRAM
(8) CANDIDATE STREET SEGMENTS
4VE
S. 143RD PL.
SOUTHCENTER BLVD.
W
HOUR AND FEE ESTIMATE
Project: City of Tukwila
2017 Overlay Program
EXHIBIT B
KPG
♦ Architecture •
Landscape Architecture
♦ Civil Engineering •
Labor Hour Estimate
Total Fee
Task
Description
Project Senior
Manager Engineer
$ 182.01 $ 145.83
Project
Engineer
$ 119.33
Design
Engineer
$ 103.69
CAD Const
Technician Inspector
$ 87.97 $ 104.80
Survey
Crew
165.47
Senior Office
Admin Admin
$ 112.71 ! $ 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
Task Total 66 120 208 256 240 0 40 6 60 $ 114,677.03
Total Estimated Fee: $ 114,677.03
8/9/2016
W
TRANSPORTATION COMMITTEE
Meeting Minutes
City Council Transportation Committee
August 15, 2016 - 5:30 p.m. - Foster Conference Room, 6300 Building
Councilmembers: Dennis Robertson, Chair; Verna Seal, De'Sean Quinn
Staff: David Cline, Bob Giberson, Pat Brodin, Robin Tischmak, Jaimie Reavis, Peter Lau,
David Sorensen, Gail Labanara, Laurel Humphrey
CALL TO ORDER: Acting Committee Chair Robertson called the meeting to order at 5:30 p.m.
1. PRESENTATIONS
II. BUSINESS AGENDA
A. Grant Application: West Valley Highway (1 -405 to Strander Boulevard)
Staff is seeking Committee approval to submit a grant application to the Washington State
Transportation Improvement Board to fund the West Valley Highway (1 -405 to Strander
Boulevard) Project, which would construct improvements for 7 lane sections of West Valley
Hwy. The application will propose grant funding of 60% with 40% provided by traffic impact
fees, federal funding, and City funds. The Committee requested more detail regarding the
planned local match, and staff agreed to provide a copy prior to the application submission.
COMMITTEE APPROVAL ASSUMING RECEIPT OF FINAL FUNDING NUMBERS.
B. Consultant Agreement: 2017 Overlav and Repair Program
Staff is seeking Council approval of a consultant agreement with KPG, Inc. in the amount of
$114,677.03 for design of the 2017 Overlay and Repair Program. KPG was selected from three
firms evaluated due to its experience and knowledge. UNANIMOUS APPROVAL. FORWARD TO
SEPTEMBER 6, 2016 REGULAR CONSENT AGENDA.
C. Supplemental Agreement: Tukwila Urban Center Pedestrian /Bicycle Bridize
Staff is seeking Council approval of Supplemental Agreement No. 15 to Contract No. 07 -123
with KPFF Consulting Engineers in the amount of $77,174.23 for the Tukwila Urban Center
Pedestrian /Bicycle Bridge. The additional construction management services will include
providing responses to the contractor's requests for information, reviews for structural, urban
design and architectural material submittals, and geotechnical support. UNANIMOUS
APPROVAL. FORWARD TO SEPTEMBER 6, 2016 REGULAR CONSENT AGENDA.
29