Loading...
HomeMy WebLinkAboutTIC 2017-06-27 COMPLETE AGENDA PACKETCity of Tukwila Transportation and Infrastructure Committee • Kate Kruller, Chair • Joe Duffie • De'Sean Quinn AGENDA Distribution: R. Turpin K. Kruller Deputy Clerk J. Duffie Clerk File Copy D. Quinn 2 Extra D. Robertson a) Storm Water Quality Retrofit Project Mayor Ekberg Place pkt pdf on Z: \Trans & D. Cline Infra Agendas L. Humphrey e-mail cover to: A. Le, B. Giberson C. O'Flaherty, K. Kruller, R. Tischmak D. Robertson, D. Almberg, G. Labanara B. Saxton, S. Norris, P. Brodin L. Humphrey TUESDAY, JUNE 27, 2017 — 5:30 PM FOSTER CONFERENCE ROOM — 6300 BUILDING Forward to 7/17/17 Regular Consent Recommended Action Page 1. PRESENTATION(S) 2. BUSINESS AGENDA a) Storm Water Quality Retrofit Project a) Committee Approval Pg. 1 Waterworks Grant Application b) 2017 Annual Small Drainage Program b) Forward to 7/17/17 Pg. 3 Supplemental Agreement No. 1 with KPG for CM Services Regular Consent c) Baker Blvd Non - Motorized Improvement Project c) Forward to 7/17/17 Pg. 15 Bid Award Regular Consent 3. SCATBd 4. MISCELLANEOUS • National League of Cities Update on Infrastructure and Services Committee Meeting in Cleveland 5. ANNOUNCEMENTS Future Agendas: Next Scheduled Meeting: Tuesday, July 11, 2017 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 TO: Transportation & Infrastructure Committee FROM: Bob Giberson, Public Works Director,�W__ _J BY: Mike Perfetti, Habitat Project Manager CC: Mayor Ekberg DATE: June 23, 2017 SUBJECT: Storm Water Quality Retrofit Project Project No. 91241202 Waterworks Grant Application ISSUE Authorize the submittal of a grant application to the King County Flood Control District, through their Waterworks grant program, to fund water quality testing at Tukwila's 'Big 3' creeks — Riverton, Southgate, and Gilliam. King County is currently seeking applications for its Waterworks Program for the 2017 cycle. The Waterworks grant has switched from an annual to a two-year cycle and $1,860,000 is available for this grant cycle. Grant amounts are between $20,000 and $250,000 and a 10% City match is required. City staff recently submitted a letter of intent and if invited to submit a full application, the City will need to submit an application by September 13, 2017. Awarded projects are able to begin in the summer of 2018. DISCUSSION Recent experience with the Salmon Recovery Funding Board (SRFB) review panel has brought to light their hesitancy to fund salmon recovery projects where there is a perception that the project will expose salmon to dangerous levels of polluted stormwater. Currently, there are two fish barrier removal projects in the 2017 CIP that are intended to give rearing (and potentially spawning) access to creeks within the City (Riverton and Gilliam Creeks). While the Riverton Creek Flapgate Removal Project has received some SRFB funding, and is being considered by them for further funding, the reviewers continue to express concern about the quality of habitat that is being provided due to stormwater contributions into these creek systems. The King County Flood Control District's Waterwork grant will be used to collect and analyze one - years' worth of data at three locations within each creek (9 locations total). The goal of this study is to identify water quality deficiencies to target treatment projects in the future, which will improve overall water quality, and leverage the City's ability to acquire salmon restoration grant funds for future projects in those creeks. FINANCIAL IMPACT If the City is awarded its grant request, the 10% City matching requirement would be $9,500. These funds would be used primarily to support City staff in project management and will be drawn from the Storm Water Quality Retrofit Program (p 97, 2017 CIP). The requested grant funds would be used to retain a water quality science firm. RECOMMENDATION Transportation & Infrastructure Committee approval to submit a grant application to King County for its Waterworks Program for the 2017 cycle. Attachment: 2017 CIP Pg. 97 \\PWStoreTW Common$\PW Eng\PROJECTS\A- DR Projects\Storm Water Quality Retrofit (91241202)\Info Memo Waterworks Grant 06272017.docx CITY CJFTUKVVLACAPITAL PROJECT SUMMARY zon to 2022 PROJECT: Storm Water Quality Retrofit Program Project No. 91241202 DESCRIPTION: Design and install water quality improvements at selected drainage locations throughout the City. JUSTIFICATION: Most surface water is discharged directly to receiving water bodies untreated. STATUS: Additional water quality is being added to Interurban Ave S in 2015 and 53rd Ave S in 2017. MA|N'[|MPACT: Expected to increase maintenance. COMMENT: Combine with other C|P projects for design and construction, where feasible. FINANCIAL Through EnUmuwsd fin $000'sl 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 9 15 15 15 15 15 15 15 15 129 Const. Mgmt. 15 15 15 15 15 15 15 15 120 Construction 80 80 80 80 80 80 80 80 640 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 9 110 110 110 110 110 110 110 110 889 TOTAL SOURCES 91 110 110 1 110 1 110 1 110 110 1 110 1 110 889 2017 uocz Capital Improvement Program 97 2 City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Bob Giberson, Public Works Director~ BY: Ryan Larson, Senior Program Manager CC: Mayor Ekberg DATE: June 23, 2017 SUBJECT: 2017 Annual Small Drainage Program Project No. 91741201, Contract No. 17 -041 Supplemental Agreement No. 1 for Construction Management Services ISSUE Approve Supplemental Agreement No. 1 to Contract No. 17 -041 with KPG, Inc. to provide construction management services for the 2017 Annual Small Drainage Program. BACKGROUN The Consultant Roster was reviewed and three engineering firms were evaluated to provide construction management services for the 2017 Small Drainage Program (see attached scoring and selection matrix). Each consulting firm evaluated has expertise in construction management. All the firms evaluated are well qualified; however, KPG possesses the best overall knowledge and understanding of the City's requirements. KPG has performed construction management on other City projects as well as designed the 2017 Small Drainage Program. DISCUSSION KPG provided a supplement, scope of work, and fee estimate for construction management services for the 2017 Small Drainage Program for $79,873.16. The project construction contract with McCann Construction was awarded on June 19, 2017. FINANCIAL IMPACT Sup No. 1 CM CM Budget Construction Mgmt. Sup No. 1 $79,873.16 $80,000.00 RECOMMENDATION Council is being asked to approve Supplemental Agreement No. 1 to Contract No. 17 -041 for construction management services with KPG, Inc. for the 2017 Small Drainage Program in the amount of $79,873.16 and consider this item on the Consent Agenda at the July 17, 2017 Regular Meeting. Attachments: 2017 CIP, Page 96 Qualification Review Consultant Agreement WAPW Eng1PROJECTSA- DR Projects�Annual Small Drainage ProgramsQ017 SDP ( 91741201 )lConstruction\Construcbon Engineeringl InfoMemoConstructionEngineering 2017 SDP.doc 3 CITY OFTUKVVL& CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Annual Small Drainage Program Project wu exX41201 DESCRIPTION: Select, design, and construct small drainage projects throughout the City. Pm�dedminagaoonoodonsforexi�ing/onguingdnainegepmb|omsthmugho�theCi�.indudingcu|vo� JUSTIFICATION: � replacements, drain extensions, and pavement upgrades. STATUS: Projects for this annual program are taken from Small Drainage Project List. MA|N'[|K8PACT: Reduces maintenance. COMMENT: Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar years. Rmxmov\L Through Estimated EXPENSES Design 74 80 80 80 80 80 80 80 80 714 Strearngages/Monitor 10 10 35 35 36 36 36 36 40 274 Const. Mgmt. 62 80 80 80 80 80 80 80 80 702 Construction 255 515 515 515 514 514 514 513 513 4,368 TOTAL EXPENSES 401 685 710 710 710 710 710 709 713 6,058 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 401 685 710 710 710 710 710 709 713 6,058 TOTAL SOURCES 401 685 710 710 710 710 710 709 713 6,058 on/r 2022 Capital m�m,emen�pmn�m SG 4 2017 SDP - Contract for Construction Management Services Akana Harris & Associates d O- a Drainage and paving project design /constuction experience 3 3 4 Knowledge of State and Tukwila Standards and Procedures 4 4 5 Environmental Experience 4 3 4 Experience with similar local agency projects 4 3 5 Past Postive Experience on City Drainage and Paving Projects 3 3 5 Small Scale Projects 5 3 5 Utilities Coordination 4 4 4 Contruction Inspection 4 3 4 TOTALS 31 26 36 For each category, highest score is 5 (with the lowest score 1) Consultant with the highest score is ranked the best. Staff: Ryan Larson Selection Date: 6/5/17 Selected Consultant: KPG, Inc. Selection Justification: KPG designed the project, has performed construction management on other City projects. KPG has performed well on previous city drainage and overlay projects in providing design and CM services. Based on overall score KPG best meets the requirements of this project. Ol SUPPLEMENTAL AGREEMENT No. 1 AGREEMENT No. 17-041 PROJECT No. 91741201 City of Tukwila Public Works Department 6300 Southcenter Boulevard 9100 Tukwila, WA 98188 KPG, Inc. 3131 Elliott Ave, Suite 400 Seattle, WA 98121 PROJECT: 2017 Small Drainage Program — Construction Services This SUPPLEMENTAL AGREEMENT NO. 1 is to supplement the agreement entered into with KPG, Inc. and the City of Tukwila, which was executed on the 14th day of March, 2017. All provisions in the basic agreement remain in effect, except as expressly modified as follows: Article 2, Scope of Services, shall be supplemented with the following: The Consultant agrees to provide construction services in accordance with the scope of work included as ExhibitA. Article 4, Payment, shall be modified as follows: Payment for work provided by Consultant shall be made as provided on Exhibit B, attached hereto, provided that the total amount ofpayment to the Consultant for this work not exceed $79,873.16 without express written modification of the Agreement signed by the City. The new total contract shall not exceed $118,63 7.99 without express written modification of the Agreement signed by the City. IN WITNESS WHEREOF, the parties hereto have set their hands and seals this day of , 2017. APPROVED: CITY OF TUKWILA Allan Ekberg Mayor Attested: Christy O'Flaherty, City Clerk APPROVED: KPG, INC. Nelson Davis, P.E. Principal 9 *:1:11:311 L1 Construction Management Services Scope of Work June 18, 2017 City of Tukwila 2017 Small Drainage Program — Project No. 91741201 This work will provide construction management services for the construction contract to complete the City of Tukwila 2017 Small Drainage Program. These services will include design support, project management, documentation control, inspection, materials testing, public involvement, and contract administration during the construction of the project, as detailed below. KPG ( "Consultant ") will provide to the City of Tukwila ( "City ") construction management services for the project. A detailed scope for the Contract follows: I. INTRODUCTION The following scope of services and associated costs are based upon the assumptions outlined below. General Assumptions: • The proposed project team will include one part -time documentation control specialist, a part - time resident engineer during construction activities, a part -time inspector, sub - consultant to provide services for materials testing, and other supporting tasks as deemed necessary. • It is anticipated that part time site observation will be required based on contractor's specific activities. The level of service is based on a construction project duration of approximately 60 working days. • KPG estimates a total project duration of 80 working days including preconstruction service, construction services, and project closeout. No suspensions or stop work periods are anticipated during this duration. • It is anticipated that the KPG will update and modify the Record of Materials (ROM). This scope of services provides the management of the ROM and scheduling of required materials testing respectively. • It is anticipated that the City will review and execute the insurance, bonds, and the Construction Contract. • KPG will do all public outreach, and ensure affected residents are notified of impending contractor activities by door to door and or A -board signs that include date, hours of work, and a KPG staff phone number to call for questions. • The design engineers from KPG will be available during construction to answer questions during 2017 Small Drainage Program Page 2 of 6 KPG Construction Man agemen t Services 6118117 7 EXHIBITA construction and review RAM's, shop drawings, and answer RFI's as required. • Services will be performed in accordance with the Contract plans & special provisions, and City engineering standards. II. SCOPE OF WORK The objective and purpose of this Construction Management Services Agreement is for the Consultant to successfully deliver the construction of the Project to the City by ensuring that the improvements are constructed in accordance with the approved Plans and Specifications, as may be amended or revised, that all of the required Project documentation is accounted for. TASK 1— MANAGEMENT /COORDINATION /ADMINISTRATION Provide overall project management, coordination with the City, monthly progress reports, and invoicing. This effort will include the following elements. • Organize and layout work for project staff. Prepare project instructions on contract administration procedures to be used during construction. • Review monthly expenditures and CM team scope activities. Prepare and submit project progress letters to the City along with invoices describing CM services provided each month. Prepare and submit reporting required by funding source. Deliverables • Monthly invoices and progress reports TASK 2 — PRECONSTRUCTION SERVICES 2.1 Preconstruction Conference: The Consultant will prepare an agenda for, distribute notices of, and conduct a preconstruction conference in the City's offices. The Consultant's project engineer, resident engineer, inspector, and document control specialist will attend the preconstruction conference. The Consultant will prepare a written record of the meeting and distribute copies of the minutes to all attendees and affected agencies, staff, etc. At the Pre - construction conference, the Consultant shall facilitate discussions with the Contractor concerning the plans, specifications, schedules, issues with utilities, unusual conditions, Federal, State, and local requirements and any other items that will result in better project understanding among the parties involved. Deliverables • Preconstruction conference agenda with meeting minutes TASK 3 — CONSTRUCTION SERVICES -.FIELD 3.1 On -site Observation: The Consultant shall provide the services of one full time inspector during construction activities and other tasks necessary to monitor the progress of the work. Construction staff shall oversee all items necessary to complete the Work as 2017 Small Drainage Program Page 3 of 6 KPG Construction Man agemen t Services 6118117 N EXHIBITA described in the Plans and Specifications, and will observe the technical progress of the construction, including providing day -to -day contact with the Contractor and the City: Field inspection staff will perform the following duties as a matter of their daily activities: Observe technical conduct of the construction, including providing day -to -day contact with construction contractor, City, utilities, and other stakeholders, and monitor for adherence to the Contract Documents. The Consultant's personnel will act in accordance with Sections 1 -05.1 and 1 -05.2 of the Standard Specifications. ii. Observe material, workmanship, and construction areas for compliance with the Contract Documents and applicable codes, and notify construction contractor of noncompliance. Advise the City of any non - conforming work observed during site visits. iii. Document all material delivered to the job site in accordance with the contract documents. iv. Prepare daily inspection reports, recording the construction contractor's operations as actually observed by the Consultant; includes quantities of work placed that day, contractor's equipment and crews, and other pertinent information. V. Interpret Contract Documents in coordination with the City and KPG. vi. Resolve questions which may arise as to the quality and acceptability of material furnished, work performed, and rate of progress of work performed by the construction contractor. vii. Establish communications with adjacent property owners. Respond to questions from property owners and the general public. viii. Coordinate with permit holders on the Project to monitor compliance with approved permits, if applicable. ix. Prepare field records and documents to help assure the Project is administered in accordance with the funding requirements. X. Collect and calculate delivery tickets and salesman's daily reports of aggregate. All tickets will be initialed with correct bid item and stationing identified (Construction Manual 10-2). xi. Attend and actively participate in regular on -site weekly construction meetings. xii. Take periodic digital photographs during the course of construction, and record locations. xiii. Punch list. Upon substantial completion of work, coordinate with the Client and affected agencies, to prepare a 'punch list' of items to be completed or corrected. Coordinate final inspection with those agencies. Assumptions: • Consultant will provide part time observation services for the days /hours that the contractor's personnel are on -site based on the Contractor's specific activities. Full time site observation is not anticipated. • Consultant will provide qualified personnel for inspection of all bid item work. • The Consultant's monitoring of the construction contractor's activities is to ascertain whether or not they are performing the work in accordance with the Contract Documents; 2017 Small Drainage Program Page 4 of 6 KPG Construction Man agemen t Services 6118117 9 EXHIBITA in case of noncompliance, Consultant will reject non - conforming work, and pursue the other remedies in the interests of the City, as detailed in the Contract Documents. The Consultant cannot guarantee the construction contractors' performance, and it is understood that Consultant shall assume no responsibility for: proper construction means, methods, techniques; project site safety, safety precautions or programs; or for the failure of any other entity to perform its work in accordance with laws, contracts, regulations, or City's expectations. 3.2 Substantial Completion: Upon substantial completion of work, coordinate with the City and other affected agencies, to perform a project inspection and develop a comprehensive list of deficiencies or ' punchlist' of items to be completed. A punchlist and Certificate of Substantial Completion will be prepared by the Consultant and issued by the City. 3.3 Materials Testing: Coordinate the work of the materials testing technicians and testing laboratories in the observation and testing of materials used in the construction; document and evaluate results of testing; and address deficiencies. Frequency of testing shall be determined by the resident engineer. Deliverables • Daily Construction Reports with project photos — submitted on a weekly basis • Punch List, Certificate of Substantial Completion • Review test reports for compliance TASK 4.1— CONSTRUCTION SERVICES — OFFICE A. Document Control. Original documentation will be housed at the Consultant's office, and filed in accordance with standard filing protocol. A copy of working files will be maintained in the field office. Document Control consists of: • Final Estimate (Approving Authority File) • Comparison of Preliminary and Final Quantities (Approving Authority File) • Final Records (Approving Authority File) • Record of Material Samples and Tests • Affidavit of Wages Paid • Release for the Protection of Property Owners and General Contractor B. Project Coordination: Liaison with City, construction contractor, engineer, utilities and property owners on a regular basis to discuss project issues and status. C. Plan Interpretations: Provide technical interpretations of the drawings, specifications, and contract documents, and evaluate requested deviations from the approved design or specifications. Coordinate with City for resolution of issues involving scope, schedule, and /or budget changes. D. Weekly Meetings: Lead weekly meetings, including preparation of agenda, meeting minutes, and distribution of minutes to attendees. Outstanding issues to be tracked on a weekly basis. E. Initial Schedule Review: Perform detailed schedule review of contractor provided CPM for conformance with the contract documents. F. Lump Sum Breakdown: Evaluate construction contractors' Schedule of Values for lump sum items. Review the Contract Price allocations and verify that such allocations are made in 2017 Small Drainage Program Page 5 of 6 KPG Construction Man agemen t Services 6118117 10 EXHIBITA accordance with the requirements of the Contract Documents. Lump Sum Breakdowns for payment each month will be calculated with detailed data. G. Monthly Pay Requests: Prepare monthly requests for payment, review with the City, contractor and approve as permitted. Utilize City provided format for pay estimates, or Consultant format. H. Monthly Schedule Review: At the monthly cutoff, review contractor's updated schedule and compare with field- observed progress, as described in Section 1 -08 of the Special Provisions. In addition, perform schedule analysis on contractor provided CPM updates and review schedule for delays and impacts. Coordinate with Contractor in the development of recovery schedules, as needed, to address delays caused by either events or issues within the Contractor's control or other events or issues beyond the Contractor's control. I. Certified Payroll: Process and track all certified payroll per State Prevailing Wage Requirements. This includes verifying the initial payroll for compliance and 10% of all payrolls submitted thereafter. Tracking payroll each week. J. Weekly Statement of Working Days: Prepare and issue weekly statement of working day report each week. K. Subcontractor Documentation: Process / Approve all required subcontractor documentation. Request to Sublets will be verified and logged. This includes checking System Award Management System (SAMS), verifying business licensing, reviewing insurance documentation, verifying city business licensing, Intent to Pay Prevailing Wage and Affidavit of Wages Paid. All subcontractor documentation will be logged into KPG's subcontractor logs. L. Record Drawings: Review record drawings prepared by the Contractor, and prepare a conformed set of project record drawings based on Contractor provided information and from inspection notes. Record drawings to be verified on a monthly basis, as part of the progress payment to the Contractor. Upon project completion, contractor provided markups will be verified for completeness and supplemented with inspection information. The Consultant will provide the marked up plan sheets with both the contractors and inspectors as -built information. Revisions to the CAD drawings will be based on these construction records. M. Physical Completion Letter: Following completion of all punchlist work, prepare physical completion letter to the contractor, and recommend that City and /or Utilities accept the project. N. Project Closeout: Transfer all project documents to the City for permanent storage. • Schedule review comments • As -built schedule • Meeting agendas and notes • Monthly Pay Estimates • Subcontractor Packets • Cost Projection • Physical Completion Letter • Final Project Documents TASK 4.2 — SUBMITTAL /RFI PROCESSING A. Submittals: Coordinate review process for shop drawings, samples, traffic control plans, test reports, and other submittals from the Contractor for compliance with the contract documents. Key submittals to be transmitted to the City for their review and approval. Submittals shall be 2017 Small Drainage Program Page 6 of 6 KPG Construction Man agemen t Services 6118117 11 *:1:11.111V logged and tracked. B. Request for Information (RFI): Review and respond to RFI's. RFI's shall be logged and tracked. C. Record of Materials (ROM): Utilize ROM prepared by WSDOT and update based on Special Provisions and Plans for use on the project, based on the contract specifications. The ROM will be maintained by the Resident Engineer. The ROM will track all of the materials delivered to the site including manufacturer /supplier, approved RAM's, QPL items, material compliance documentation, and all other required documentation. Deliverables • Submittal log • RFI Log • Completed Record of Material for Material Certification TASK 4.3 —CHANGE MANAGEMENT A. Case Log: Develop and maintain a case log which includes change orders, RFP's, Field Work Directives B. Change Orders: Develop change orders and provide technical assistance to negotiate change orders, and assist in resolution of disputes which may occur during the course of the project. Each change order will be executed in accordance with WSDOT Standard Specifications and contain the following: • Change order • Independent Cost Estimate • Time Impact Analysis • Contractor's Pricing • Verbal Approval Memo • Back up documentation C. Field Work Directives: Prepare field work directives as necessary to keep the contractor on schedule. D. Minor Change Orders: Develop minor change orders per WSDOT Standard Specifications. Each minor change order will be executed and contain the following: • Independent Cost Estimate • Verbal Approval Memo • Back up documentation E. Force Account: Track contractor force account labor, equipment and materials. All force account calculations will be verified by the engineer and double checked by the documentation specialist. Deliverables • Change Order(s) • Case Management Log • RFI Log • Minor Change Order(s) • Force Account Records 2017 Small Drainage Program Page 7 o 6 KPG Construction Man agemen t Services 6118117 12 Consultant Fee Determination Project Name- Consultant- COST PLUS FIXED FEE Classification Project Manager Project Engineer Design Engineer CAD Technician Construction Inspector Survey Crew Document Specialist Office Admin Total Direct Salary Cost (DSC) Overhead (138.02% x DSC) Fixed Fee (30% x DSC) REIMBURSABLES City of Tukwila 2017 Small Drainage Program Construction Services KPG Hours Rate Cost 16 $ 67.00 $ 1,072.00 120 $ 41.00 $ 4,920.00 52 $ 37.00 $ 1,924.00 8 $ 30.00 $ 240.00 312 $ 37.50 $ 11,700.00 0 $ 58.00 $ - 184 $ 38.00 $ 6,992.00 16 $ 33.00 $ 528.00 708 $ 27,376.00 $ 37,784.36 $ 8,212.80 Subtotal: $73,373.161 Mileage $1,000 Miscellaneous - Repro, Field Supplies $500 Subtotal: $1,500 SUBCONSULTANT COSTS Material Testing Allowance $5,000 Subtotal: $5,000 TOTAL $ 79,873.16 13 HOUR AND FEE ESTIMATE Project: City of Tukwila 2017 Small Drainage Program Construction Services EXHIBIT B KPG Arehaecture gape Architecture e sacer,ae $ 1 - Management and Administration (Estimated duration 16 weeks) Weekly level of effort by Classification 0 0 0 0 0 0 Preconstruction Budget Estimate 16 0 0 0 0 0 0 16 4,288.32 2 - Preconstruction Services (Estimated duration 2 weeks) Weekly level of effort by Classification 0 4 0 0 8 0 8 0 Preconstruction Budget Estimate 0 8 0 0 16 0 16 0 4,116.79 3 - Construction Services (Estimated duration 12 weeks) Weekly level of effort by Classification 0 8 4 0 24 0 12 0 Construction Period Budget Estimate 0 96 48 0 288 0 144 0 58,921.52 4 - Closeout/Record Dwg Services (Estimated duration 2 weeks) Weekly level of effort by Classification 0 8 2 4 4 0 12 0 Closeout / Record Dwg Budget Estimate 0 16 4 8 8 0 24 0 6,046.53 Reimbursables & Subconsultants Material Testing Allowance $ Mileage $ Miscellaneous - Repro, Field Supplies $ 5,000.00 1,000.00 500.00 T 6/20/2017 City of Tukwila Allan Ekberg, Mayor TO: Transportation and Infrastructure Committe FROM: Bob Giberson, Public Works Director BY: Cyndy Knighton, Senior Program Manager CC: Mayor Ekberg DATE: June 23, 2017 SUBJECT: Baker Boulevard Non-Motorized Improvements Project Project Nos. 91610409 Bid Award ISSUE Award the construction contract to Road Construction Northwest for the Baker Boulevard Non - Motorized Improvements Project. Baker Blvd Non - Motorized Improvements include bike lanes and a road diet on Baker Blvd from Andover Park West to Christensen Rd. Reconstruction of sidewalk access ramps at the intersection of Andover Park East/Baker Blvd was a proposed project as part of the City's Americans with Disabilities Act (ADA) Program and was included with this project in anticipation of better bids and cost savings. A call for bids was advertised on June 6 and June 13, 2017. One addendum was issued clarifying the bid documents. Two bids were publicly opened at 10:00 am on June 20, 2017 and the lowest bid was received from Road Construction Northwest. DISCUSSION The construction bids were reviewed and no errors or irregularities were found. Road Construction Northwest has successfully completed two recent construction projects for the City of Tukwila and has experience with projects of similar size and scope. Road Construction Northwest does not have any exceptions and they have not been debarred from working on federally funded projects. FINANCIAL IMPACT The proposed bid is within the project budget. Funding for this project is from the $1 million grant funding from King County Department of Natural Resources and Parks and the City's ADA Improvement Program. Design costs were approximately $22,000 less than budgeted. Contingency is budgeted at 10 %. Bid Results Engineer's Estimate 2017 Budget Construction Contract $799,143.00 $737,729.00 $780,000.00 ADA Improvements 80,000.00 Unused Design funds 22,000.00 Contingency (10 %) 79,914.00 0.00 0.00 Total 879 057.00 737 729.00 8 2 000.00 RECOMMENDATION Council is asked to award the construction contract to Road Construction Northwest in the amount of $799,143.00 for the Baker Boulevard Non - Motorized Improvements Project and consider this item on the Consent Agenda at the July 17, 2017 Regular Meeting. Attachments: 2017 CIP, Pages 15 & 20 Bid Tabulation W: \PW Eng\PROJECTS\A• RW & RS Projects \Baker Blvd Non - Motorized (91610409) \Design\lnfo Memo Bid Award 062317.docz 15 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Baker Blvd Non - Motorized Improvements Project No. 91610409 Design and construct non- motorized improvements on Baker Blvd from Andover Park West to Christensen Rd, DESCRIPTION: including bike lanes with a proposed road diet. Project will also construct previously designed non - motorized improvement on Christensen Rd from Baker Blvd to the Green River trail. JUSTIFICATION: Improve non - motorized connections between the Tukwila Transit Center and Tukwila Station. STATUS: New project for the 2017 - 2022 CIP. MAINT. IMPACT: Minimal impact, project includes new sidewalk trail and pavement markings. COMMENT: Project is a component of the TUC /TOD Pedestrian Improvements. Grant funding by the King County Dept � .1 �.y of Natural Resources and Parks. FINANCIAL Through Estimated (in S000's► 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Project Location Design 100 � .1 �.y qb 100 Land(R /W) Y M,� 0 Const. Mgmt. 120 T p S 1 b 5 $ f 120 Construction 780 780 TOTAL EXPENSES 1 0 0 1,000 1 0 0 0 0 0 0 1,000 FUND SOURCES Awarded Grant 0 King County 1,000 1,000 Mitigation Actual 0 Traffic Impact Fees 0 City Oper. Revenue 0 0 0 0 0 0 0 0 0 0 TOTAL SOURCES 0 0 1,000 0 0 0 0 0 0 1,000 2017 - 2022 Capital Improvement Program 15 16 Project Location � .1 �.y qb Y M,� _W7 � �7 Auw rte, UT+Iy�juY CM � WI4 Y 1'3 m T p S 1 b 5 $ f T. al � io J. 2017 - 2022 Capital Improvement Program 15 16 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Americans with Disabilities Act (ADA) Improvements Project. No. 91210405 DESCRIPTION., Construct ADA compliant upgrades to City infrastructure Mn conjunction with a City developed plan. JUSTIFICATION: The enforcement of ADA laws and standards was delayed pending legal challenges and studies. Recent court rulings now mandate ADA compliance. The City must provide upgrades with most construction projects. ST'AT'US., Provide annual funding to construct improvements as necessary, Began the ADA Transition Plan in 2016 with adoption in 2017. The goal is to resolve ADA compliance issues within a reasonable time period. MAIINIT, IMPACT: Negligible. COMMENT: Project will be ongoing until City facilities and infrastructure meet ADA requirements. This will also include ADA compliance by utilities and private development. FINANCIAL Through Estimated In 000's 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 116 28 25 25 25 25 25 25 25 319 Land (R/W) 0 Const, IVMgmt. 25 8 25 25 25 25 25 25 550 733 Construction 87 50 150 150 150 150 150 150 4,000 5,037 TOTAL EXPENSES 228 86 200 200 200 200 200 200 4,575 6,089 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Traffic Impact Fees 0 City Oper. Revenue 228 86 200 200 200 200 200 200 4,575 6,089 TOTAL SOURCES 228 86 200 200 200 200 200 200 4,575 6,089 2017 - 2022 Capital Improvement Program 20 17 18 Ce ied Bid Tab Baker Boulevard Non - Motorized Improvements Project Engineer's Estimate Road Construction Northwest Active Construction Bid Item No. item Description Quantity Unit Unit Price Total Price Unit Price Total Price Unit Price Total Price ROADWAY 1 MOBILIZATION 1 LS $ 51,641.03 $ 51,641.03 $ 75,000.00 $ 75,000.00 $ 132,012.00 $ 132,012.00 2 RESOLUTION OF UTILITY CONFLICTS 1 EST $ 7,500.00 $ 7,500.00 $ 7,500.00 $ 7,500.00 $ 7,500.00 $ 7,500.00 3 TRAFFIC CONTROL LABOR, MIN. BID $ 35 PER HOUR 640 HR $ 45.00 $ 28 800.00 $ 70.00 $ 44,80000 $ . 70.00 $ 44,800.00 4 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 14,920.00 $ 14,920.00 $ 20,000.00 $ 20,000.00 $ 11,000.00 $ 11,000.00 5 UNEXPECTED SITE CHANGES 1 EST $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 6 ROADWAY SURVEYING 1 LS $ 15,000.00 $ 15,000.00 $ 10,000.00 $ 10,000.00 $ 9,000.00 $ 9,000.00 7 SPCC PLAN 1 LS $ 2,000.00 $ 2,000.00 $ 1,200.00 $ 1,200.00 $ 150.00 $ 150.00 8 CLEARING AND GRUBBING 1 LS $ 6,552.00 $ 6,552.00 $ 6,000.00 $ 6,000.00 $ 6,500.00 $ 6,500.00 9 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS $ 2,500.00 $ 2,500.00 $ 5,000.00 $ 5,000.00 $ 20,000.00 $ 20,000.00 10 ROADWAY EXCAVATION INCL. HAUL 1 LS $ 23,000.00 $ 23,000.00 $ 37,500.00 $ 37,500.00 $ 35,000.00 $ 35,000.00 11 GRAVEL BORROW INCL. HAUL 170 TN $ 10.00 $ 1,670.00 $ 25.00 $ 4,250.00 $ 40.00 $ 6,800.00 12 CRUSHED SURFACING BASE COURSE 125 TON $ 30.00 $ 3,750.00 $ 60.00 $ 7,500.00 $ 83.00 $ 10,375.00 13 CRUSHED SURFACING TOP COURSE 60 TN $ 35.00 $ 2,100.00 $ 60.00 $ 3,600.00 $ 50.00 $ 3,000.00 14 HMA CI. 1/2 In. PG 64 -22 120 TON $ 175.00 $ 20,300.00 $ 190.00 $ 22,800.00 $ 227.00 $ 27,240.00 15 INLET PROTECTION 25 EA $ 110.00 $ 2,750.00 $ 85.00 $ 2,125.00 $ 90.00 $ 2,250.00 16 EROSION/WATER POLLUTION CONTROL 1 LS $ 15,500.00 $ 15,500.00 $ 3,500.00 $ 3,500.00 $ 13,500.00 $ 13,500.00 17 CEMENT CONC. TRAFFIC CURB AND GUTTER 900 LF $ 55.00 $ 49,500.00 $ 35.00 $ 31,500.00 $ 37.00 $ 33,300.00 18 CEMENT CONC. PEDESTRIAN CURB 295 LF $ 45.00 $ 13,275.00 $ 34.00 $ 10,030.00 $ 44.00 $ 12,980.00 19 ADJUST CATCH BASIN /MANHOLE TO GRADE 8 EA $ 575.00 $ 4,600.00 $ 750.00 $ 6,000.00 $ 900.00 $ 7,200.00 20 ADJUST EXISTING UTILITY TO GRADE 2 EA $ 500.00 $ 1,000.00 $ 700.00 $ 1,400.00 $ 650.00 $ 1,300.00 $ 286,358.03 $ 319,705.00 $ 403,907.00 SIDEWALK 21 CEMENT CONC. DRIVEWAY ENTRANCE 45 SY $ 100.00 $ 4,500.00 $ 66.00 $ 2,970.00 $ 84.00 $ 3,780.00 22 CEMENT CONC. SIDEWALK 670 SY $ 87.50 $ 58,625.00 $ 52.00 $ 34,840.00 $ 56.00 $ 37,520.00 23 DECORATIVE CEMENT CONC. FINISH TYPE 2 6 SY $ 1,000.00 $ 6,000.00 $ 335.00 $ 2,010.00 $ 490.00 $ 2,940.00 24 CEMENT CONC. CURB RAMP 12 EA $ 1,406.25 $ 16,875.00 $ 2,750.00 $ 33,000.00 $ 3,200.00 $ 38,400.00 25 INSTALL OWNER- PROVIDED BIKE RACK 2 EA $ 500.00 $ 1,000.00 $ 1,500.00 $ 3,000.00 $ 650.00 $ 1,300.00 26 NON -SKID SURFACE TREATMENT 1 LS $ 2,000.00 $ 2,000.00 $ 1,000.00 $ 1,000.00 $ 4,000.00 $ 4,000.00 27 PAVEMENT EDGE GUIDE 12 LF $ 25.00 $ 300.00 $ 300.00 $ 3,600.00 $ 117.00 $ 1,404.00 $ 89,300.00 $ 80,420.00 $ 89,344.00 TRAFFIC CONTROL DEVICES 28 REMOVING PAVEMENT MARKINGS 1 LS $ 5,000.00 $ 5,000.00 $ 3,300.00 $ 3,300.00 $ 3,500.00 $ 3,500.00 29 PLASTIC LINE 2400 LF $ 10.00 $ 23,900.00 $ 4.50 $ 10,800.00 $ 5.00 $ 12,000.00 30 PLASTIC 6 IN LINE 650 SF $ 14.00 $ 9,100.00 $ 6.75 $ 4,387.50 $ 7.00 $ 4,550.00 31 PLASTIC GREEN LINE 4400 SF $ 10.00 $ 43,850.00 $ 11.20 $ 49,280.00 $ 11.00 $ 48,400.00 32 PLASTIC CROSSWALK LINE 850 SF $ 7.00 $ 5,950.00 $ 9.75 $ 8,287.50 $ 10.00 $ 8,500.00 33 PLASTIC STOP LINE 130 LF $ 14.00 $ 1,540.00 $ 17.00 $ 2,210.00 $ 17.00 $ 2,210.00 34 PLASTIC BICYCLE LANE SYMBOL 23 EA $ 200.00 $ 4,600.00 $ 325.00 $ 7,475.00 $ 350.00 $ 8,050.00 35 PLASTIC TRAFFIC ARROW 16 EA $ 200.00 $ 3,200.00 $ 300.00 $ 4,800.00 $ 300.00 $ 4,800.00 36 PLASTIC TRAFFIC LETTER 7 EA $ 200.00 $ 1,400.00 $ 125.00 $ 875.00 $ 130.00 $ 910.00 37 RAISED PAVEMENT MARKER TYPE 1 9 HUND $ 400.00 $ 3,480.00 $ 350.00 $ 3,150.00 $ 350.00 $ 3,150.00 38 RAISED PAVEMENT MARKER TYPE 2 2 HUND $ 500.00 $ 600.00 $ 425.00 $ 850.00 $ 450.00 $ 900.00 39 PERMANENT SIGNING 1 LS $ 5,000.00 $ 5,000.00 $ 15,000.00 $ 15,000.00 $ 12,000.00 $ 12,000.00 $ 107,620.00 $ 110,415.00 $ 108,970.00 ROADSIDE DEVELOPMENT 40 PROPERTY RESTORATION 1 EST $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 41 TOPSOIL TYPE A 90 CY $ 62.50 $ 6,875.00 $ 47.00 $ 4,230.00 $ 56.00 $ 5,040.00 City of Tukwila 42nd Ave S - Phase III Bid Tab 6/20/2017 Certified Bid Tab Baker Boulevard Non - Motorized Improvements Project Engineer's Estimate Road Construction Northwest Active Construction Bid Item No. Item Description Quantity Unit Unit Price Total Price Unit Price Total Price Unit Price Total Price 42 BARK OR WOOD CHIP MULCH 25 CY $ 52.50 $ 1,732.50 $ 50.00 $ 1,250.00 $ 69.00 $ 1,725.00 43 SEEDED LAWN INSTALLATION 55 SY $ 2.50 $ 137.50 $ 2.00 $ 110.00 $ 19.00 $ 1,045.00 44 PSIPE Fraxinus latifolia /Oregon Ash; 2.5" Cal., 12' -14' Ht. 7 EA $ 450.00 $ 3,150.00 $ 400.00 $ 2,800.00 $ 378.00 $ 2,646.00 45 Huckleberry; 18" Ht. & Sp. 17 EA $ 28.00 $ 476.00 $ 34.00 $ 578.00 $ 31.00 $ 527.00 46 PSIPE Spiraea betulifola 'Tor'/ Tor Birchleaf Spirea; 18" Ht. & Sp. 31 EA $ 28.00 $ 868.00 $ 31.50 $ 976.50 $ 28.00 $ 868.00 47 Dogwood; 2 Gal. Cont. 37 EA $ 22.00 $ 814.00 $ 22.50 $ 832.50 $ 21.00 $ 777.00 48 PSIPE Gaultheria shallon/ Salal; 2 Gal. Cont. 33 EA $ 22.00 $ 726.00 $ 22.50 $ 742.50 $ 21.00 $ 693.00 49 PSIPE Mahonia nervosa/ Cascade Oregon Grape; 2 Gal. Cont. 81 EA $ 22.00 $ 1,782.00 $ 26.00 $ 2,106.00 $ 25.00 $ 2,025.00 50 PSIPE Polystichum munitum/ Sword Fern; 2 Gal. Cont. 95 EA $ 22.00 $ 2,090.00 $ 22.50 $ 2,137.50 $ 21.00 $ 1,995.00 51 PSIPE Iris tenax; 1 Gal. Cont. 35 EA $ 12.00 $ 420.00 $ 16.00 $ 560.00 $ 16.00 $ 560.00 52 PSIPE Asarum caudatum/ Wild Ginger; 1 Gal. Cont. 65 EA $ 12.00 $ 780.00 $ 18.00 $ 13.50 $ 1,170.00 $ 472.50 $ 12.00 $ 12.00 $ 780.00 $ 420.00 53 PSIPE Arctostaphylos uva -ursi/ Kinnikinnick; 1 Gal. Cont. 35 EA $ 12.00 $ 420.00 54 PSIPE Fragaria chiloensis/ Beach Strawberry; 1 Gal. Cont. 325 EA $ 12.00 $ 3,900.00 $ 13.50 $ 4,387.50 $ 12.00 $ 3,900.00 55 AUTOMATIC IRRIGATION SYSTEM, COMPLETE 1 LS $ 12,000.00 $ 12,000.00 $ 12,000.00 $ 12,000.00 $ 25,000.00 $ 25,000.00 56 WAYFINDING SIGN 1 LS $ 10,000.00 $ 10,000.00 $ 9,000.00 $ 9,000.00 $ 25,000.00 $ 25,000.00 $ 51,171.00 $ 48,353.00 $ 78,001.00 STORM DRAINAGE 57 REMOVING DRAINAGE STRUCTURE 2 EA $ 500.00 $ 1,000.00 $ 950.00 $ 1,900.00 $ 375.00 $ 750.00 58 TRENCH SAFETY SYSTEMS 1 LS $ 2,500.00 $ 2,500.00 $ 500.00 $ 500.00 $ 1,000.00 $ 1,000.00 59 CATCH BASIN TYPE 1 9 EA $ 1,500.00 $ 13,500.00 $ 1,350.00 $ 12,150.00 $ 1,750.00 $ 15,750.00 60 SOLID COVER 2 EA $ 500.00 $ 500.00 $ 600.00 $ 1,200.00 $ 900.00 $ 1,800.00 61 DUCTILE IRON STORM SEWER PIPE 8 IN. DIAM. 10 LF $ 150.00 $ 1,500.00 $ 225.00 2,250.00 $ 167.00 $ 1,670.00 62 SCHEDULE A STORM SEWER PIPE 12 IN. DIAM. 130 LF $ 40.00 $ 5,080.00 $ 185.00 _$ $ 24,050.00 $ 95.00 $ 12,350.00 63 CONTROLLED DENSITY FILL 45 CY $ 150.00 $ 6,750.00 $ 150.00 $ 6,750.00 $ 230.00 $ 10,350.00 64 CONNECTION TO DRAINAGE STRUCTURE 3 EA $ 500.00 $ 1,500.00 $ 1,000.00 $ 3,000.00 $ 1,100.00 $ 3,300.00 65 ROTATE MANHOLE ACCESS 1 EA $ 2,000.00 $ 2,000.00 $ 2,500.00 $ 2,500.00 $ 800.00 $ 800.00 $ 34,330.00 $ 54,300.00 $ 47,770.00 WATER 66 ADJUST VALVE BOX 5 EA $ 700.00 $ 3,500.00 $ 550.00 $ 2,750.00 $ 400.00 $ 2,000.00 67 REMOVE HYDRANT ASSEMBLY 1 EA $ 150.00 $ 150.00 $ 1,000.00 $ 1,000.00 $ 2,000.00 $ 2,000.00 68 HYDRANT ASSEMBLY 1 EA $ 7,000.00 $ 7,000.00 $ 6,200.00 $ 6,200.00 $ 7,500.00 $ 7,500.00 69 SERVICE CONNECTION 3/4 IN. DIAM. 1 EA $ 3,000.00 $ 3,000.00 $ 3,000.00 $ 3,000.00 $ 3,000.00 $ 3,000.00 71 DUCTILE IRON PIPE FOR WATER MAIN 6 IN. DIAM. 8 LF $ 150.00 $ 1,050.00 $ 400.00 $ 3,200.00 $ 800.00 $ 6,400.00 70 DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM. 16 LF $ 150.00 $ 2,250.00 $ 300.00 $ 4,800.00 $ 250.00 $ 4,000.00 $ 16,950.00 $ 20,950.00 $ 24,900.00 ILLUMINATION AND SIGNAL SYSTEM 72 ILLUMINATION MODIFICATIONS, CHRISTENSEN RD, COMPLETE 1 LS $ 92,000.00 $ 92,000.00 $ 89,000.00 $ 89,000.00 $ 75,000.00 $ 75,000.00 73 COMPLETE 1 LS $ 60,000.00 $ 60,000.00 $ 76,000.00 $ 76,000.00 $ 65,000.00 $ 65,000.00 Subtotal $ 152,000.00 $ 165,000.00 $ 140,000.00 TOTAL CONSTRUCTION BID $737,729.03 $799,143.00 $892,892.00! • No Errors in Contractor Bid Proposals. • Highlighted areas within the Engineer's Estimate are not direct calculations of number of units times the unit price generally due to rounding within the engineered units. The Unit Prices shown are what was included in the Engineer's Estimate read at bid opening. Certified by ra.. itY Cyn Knig ' n, Senio rogram Manager City of Tukwila 42nd Ave S - Phase III Dathune 20, Bid Tab 6/20/2017