HomeMy WebLinkAboutReg 2017-08-21 Item 3F - Agreement - 2018 Overlay and Repair Program Design with KPG Inc for $113,703.07COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
if ori review
Council review
08/21/17
BG
'L
Di_ k
❑ Ordinance
Altg Date
❑ Bid Award
hits Date
❑ Public Hearing
Mi8 Date
❑ Other
Mtg Date
Oats
SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance • Fire )♦ IT ❑ P&R ❑ Poltce PIU
SPONSOR'S This contract is for design of the 2018 Annual Overlay and Repair Program. Three
SUMMARY engineering firms were evaluated and KPG was determined to be the most qualified. The
list of seven street sections for the 2018 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 2018. Council is being asked to approve the
design contract with KPG, Inc. in the amount of $113,703.07.
REVIEWED BY ❑ COW Mtg. El CA&P Cmte
Utilities Cmte ❑ Arts Comm.
DAIS.: 08/15/16
• F&S Cmte
Comm.
CHAIR. KATE
i4 Transportation
Cmte
ITEM INFORMATION
ITEM No.
3.F.
7
STAFF SPONSOR: BOB GIBERSON
ORIGINAL AGENDA DATE: 08/21/17
1: ;, I ).\ 111•:11 T11E 2018 Annual Overlay & Repair Program
Design Consultant Agreement with KPG, Inc.
CATEGORY ❑ Discrtssion/
Mtg Date
l
Motion
Date 08/21/17
❑ Resolution
Mtg Date
❑ Ordinance
Altg Date
❑ Bid Award
hits Date
❑ Public Hearing
Mi8 Date
❑ Other
Mtg Date
Oats
SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance • Fire )♦ IT ❑ P&R ❑ Poltce PIU
SPONSOR'S This contract is for design of the 2018 Annual Overlay and Repair Program. Three
SUMMARY engineering firms were evaluated and KPG was determined to be the most qualified. The
list of seven street sections for the 2018 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 2018. Council is being asked to approve the
design contract with KPG, Inc. in the amount of $113,703.07.
REVIEWED BY ❑ COW Mtg. El CA&P Cmte
Utilities Cmte ❑ Arts Comm.
DAIS.: 08/15/16
• F&S Cmte
Comm.
CHAIR. KATE
i4 Transportation
Cmte
Q Parks
❑ Planning Comm.
KRULLER
COMMII"1 hE
RECOMMENDATIONS:
SPONSOR/ADMIN.
COMM11TEE
Public Works Department
Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
EXPENDI`I'IURE. REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$113,703.07 $150,000.00 $0.00
Fund Source: 104 ARTERIAL STREET FUND (PAGE 18, 2017 CIP)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
08/21/17
MTG. DATE
ATTACHMENTS
08/21/17
Informational Memorandum dated 08/11/17
Consultant Selection Scoring Matrix
Vicinity Map
Page 18, 2017 CIP
KPG Contract, Scope of Work, and Fee
Minutes from the Transportation & Infrastructure Committee meeting of 08/15/17
7
8
City of Tukwila
Alcan Ekberg, Mayor
Public Works Deportment - Bob Giberson, Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Bob Giberson, Public Works Director
BY: David Sorensen, Project Manager
CC: Mayor Ekberg
DATE: August 11, 2017
SUBJECT: 2018 Overlay and Repair Program
Project No. 91810401
Design Consultant Selection and Agreement
ISSUE
Execute a contract with KPG, Inc. (KPG) to provide design services for the 2018 Overlay and Repair Program.
BACKGROUND
Three engineering firms were evaluated to provide design services for the 2018 Overlay and Repair Program (see
attached scoring & selection matrix). AGI 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 2018 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, 2018, should provide a more favorable bidding climate.
Preliminary Locations in Design Contract — See attached vicinity map.
FISCAL IMPACT
2018 Design Contract
KPG Contract
$113,703.07
2017 Remaining 2018
Design Budget Design Budget
$30,000.00 $150,000.00
RECOMMENDATION
Council is being asked to approve the design contract with KPG, Inc. for the 2018 Overlay and Repair Program in the
amount of $113,703.07and consider this item on the Consent Agenda at the August 21, 2017 Regular Meeting.
Attachments: Consultant Selection Scoring Matrix
Vicinity Map
Page 18, 2017 CIP
Consultant Agreement. Scope of Work and Fee Estimate
W 4PW Eng1PRQJECTSW- RW $ RS Prgects'Annual Overlay & Repair Progra ns 21118 &reelay & Repair Program {9181DAQ1yDesigntiDesign Consultant SelectomTo TC1Inrol4enm3 Design Consult Selection 20tlidocx
9
10
2018 Overlay Program — Contract for Design Services
Jason Engineering'
CH2M Hill
cj
a
Paving Project Design and Construction Management Experience with the City
0
1
0
1
5
5
Knowledge of Tukwila Standards and Procedures
Environmental Experience
4
5
5
Experience with Similar Projects.
3
4
5
Traffic Control Design Expertise.
4
5
4
Experienced Design Project Manager.
3
4
4
Small Scale Project Experience.
4
2
5
Utilities Coordination Experience.
4
4
4
Storm water, Drainage, and Detention Design.
4
4
4
Public Outreach Experience.
3
cn
3
Survey Crew In -House.
3
5
TOTALS
33
37
49
For each category, highest score is 5 with the lowest or worst score 1)
Consuitant with the highest score is ranked the best.
Staff; Dave Sorensen
—
Selection Date: 7/27/17
Selected Consultant KPG, Inc.
12
W HARGNALP
,.a
S 1281H ST
A la
Leerkh alum
MINI=rA
snirel.&50 -A—
O&
A
5 13vED ST
ST AVE 5
58TH AVE S
FORT DENT PARK
SOUTHC€HTER BUM.
2018 Overlay Program
Vicinity Map
13
14
PROJECT:
DESCRIPTION:
JUSTIFICATION:
STATUS:
MAINT. IMPACT:
COMMENT:
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
Annual Overlay and Repair Program
Project No. 9xx10401
Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets.
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.
Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay
Reduces annual maintenance.
Ongoing project Only one year actuals shown in first column.
FINANCIAL Through Estimated
in $000's)
2015 2016 2017
2018
2019
2020
2021
2022
BEYOND TOTAL
EXPENSES
Design
123
135
150
150
175
175
200
200
200
1.508
Land (RAN)
0
Const. Mgmt.
276
175
200
200
225
225
250
250
275
2.076
Construction
1.289
1.260
1.050
1.050
1.330
1,340
1,350
1,350
1,375
11.394
TOTAL EXPENSES
7,888
1,570
1,400
1,400 !
1,730
1,740
1,800
1,800
1,850
14,978
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper Revenue
1.688
1 .570
1 400
1 400
1.730
1.740
1,800
1.800
1.850
14,978
TOTAL SOURCES
1,688
1,570
1,400
1.400
1.730
1,740
1,800
1,800
1,850
14,978
2017 - 2022 Capital +mprovement Program
18
15
16
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
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. Project Designation. The Consultant is retained by the City to perform engineering services
in connection with the project titled '2018 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, 2018, 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, 2018 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 $113,703.07 without express written modification of the Agreement signed
by the City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and. upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion
of the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed,
services rendered., and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
17
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies. including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents. drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws.
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials. employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then. in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials. employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Tide 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.
S. 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
18
Page 2
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers" Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self-insurance. or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements. including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as
required by this section shall be delivered to the City within fifteen (15) days of execution
of this Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach.
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith. with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
CA revised : 1-2013
Page 3
19
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant. to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee. commission, percentage. brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this
warrant. the City shall have the right to annul this contract without liability, or in its
discretion to deduct from the contract price or consideration, or otherwise recover, the full
amount of such fee. commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
I2, 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
20
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 9th 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
CITY OF TUKWILA
day of , 2017.
Mayor, Allan Ekberg
CONSULTANT
By:
Printed Name:Nelson Davis, KPG
Title:_Principal
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1-2013
Page 5
21
22
EXHIBIT A
City of Tukwila
2018 Overlay Program
Scope of Work
August 1, 2017
The Consultant shall prepare final Plans, Specifications and Estimates for the 2018
Overlay Program. Specific projects will be determined from the following list of
candidate streets:
❑ Southcenter Boulevard Macadam to T -Line Bridge as budget allows
o 5 128th Street Military Road to approx. 650' East
o 5 133rd Street S 134th PI to East Marginal Way
❑ 51st Avenue S S 137th Street to S 1381h Street
❑ 58th Ave 5 Interurban to S 142"d Street
❑ W Marginal PI S 102"d to north City limit
❑ W Marginal PI Cecile Moses Park to S 102"d Street
Project base maps were substantially completed in 2017 with additional detail required
for channelization and ADA compliance on Southcenter Boulevard and 5 133rd Street.
The Consultant shall provide all necessary field reviews, base mapping, and utility
notification required to complete final bid documents for the 2018 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 2018 Overlay Program will be bid as a single bid package as budget allows.
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
g0% design to verify the final project list to be included in the 2018 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
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.
City of Tukwila KPG, Inc.
2018 Overlay Program Page 1 of 4 August 2017
23
Assumptions for the 2018 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 be required for West Marginal Place
subgrade requirements only.
• Environmental Documentation will not be required.
Deliverables
• 90% review submittal with Plans, Specifications, and Estimate (6 copies)
• Routing of 90% Plans to utilities for review and comment.
• Bid Documents and Engineer's Estimate for 2018 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 — 2018 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.
1.2 The Consultant shall field review base maps that were prepared in 2017 for accuracy.
Topographic survey will be utilized only at ADA ramp locations where and complex
channelization only on 5 133rd Street and. Southcenter Parkway.
1.3The Consultant shall prepare 90% and final Plans for the proposed improvements
including the following:
City of Tukwila KPG, Inc.
2018 Overlay Program Page 2 of 4 August 2017
24
• Plans shall be prepared with such provisions an 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 for pavement design. West Marginal Place will be evaluated
for subgrade stabilization (cement treated base or similar) by a geotechnical
engineer and requirements incorporated into the contract documents.
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 90% 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_
1.5The Consultant shall distribute 90% review submittals to franchise utility owners for
adjustments within the Project limits.
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 KPG, Inc.
2018 Overlay Program Page 3 of 4 August 2017
25
TASK 2 — FORT DENT PARK PARKING/ACCESS REPAIRS
2.1 The Consultant shall prepare base maps and design for overlay/reconstruction
improvements in the Fort Dent Park area. Overlay plans for Fort Dent Park will be
included in a separate bid schedule and bid as part of the 2018 overlay program.
Limits of repairs will be determined in collaboration with the City to achieve an
approximate $100.000 construction budget.
City of Tukwila KPG, inc.
2018 Overlay Program Page 4 of 4 August 2017
26
HOUR AND FEE ESTIMATE
Project: City of Tukwila
2017 Overlay Program
EXHIBIT B
♦ Architecture •
Landscape Archinseturu
• C_irli Engineering •
Task
Description
Task 1 - 2017 Overlay Program
Project
Manager
$ 182.01
Senior
Engineer
$ 145,83
Project
Engineer
$ 119.33
Labor Hour Estima
Design
Engineer
$ 103,69
CAD
Technician
$ 87,97
Const
Inspector
$ 104.80
Survey
Crew
$ 165.47
Senior
Admin
$ 112,71
Office
Admin
$ 58.11
Total Fee
Fee
1.1 Management and administration (estimate 6 months)
8
0
0
0
0
0
0
8
8
$ 2,597.27
1.2 Prepare Project Base Maps
2
8
8
40
20
0
30
0
0
5 13,356.58
1.3 Prepare 90% and Final Plans
16
40
100
80
60
0
0
0
16
$ 35,182.19
1.4 Project Cost Estimates (90%, Final)
4
8
16
24
16
0
0
0
0
5 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
40
8
8
0
0
0
4
$ 7,486.34
1.7 Project Advertisement and Award
4
4
12
12
8
0
0
_ 0
4
$ 4,923.90
Reimbursable - Mileage _
$ 500.00
Reimbursable - Reproduction
$ 1,500.00
Reimbursable -Geotechnical Review
_
$ 20,000.00
$ 2,500.00
Reimbursable - Traffic Control
_1
Task Total
40
80
200
180
120
0
30
6
40 1 $ 101,902.28
Task 2 - Fort Dent Parking 1 Access Repairs
2.1 Alt analysis 1 Prepare plans, specs and estimate
4
8
40
24
24
0 0
_2
4
$ 11,725.79
Reimbursable - Mileage
$ 50.00
Reimbursable - Reproduction
$ 25.00
Task Total
4
1
40
24
24
0 0
2
4 $ 11,800.79
Total Estimated Fee: $ 113,703.07
8/1/2017
28
City of Tukwila
City Council Transportation & Infrastructure Committee
TRANSPORTATION & INFRASTRUCTURE COMMITTEE
Meeting Minutes
August 15, 2017 - 5:30 p. m. - Foster Conference Room, 6300 Building
Councilmembers: Kate Kruller, Chair; Joe Duffie, De'Sean Quinn
Staff: Bob Giberson, Robin Tischmak, Pat Brodin, Gail Labanara, Dave Sorensen, Nora
Gierloff, Greg Villanueva, Valerie Lonneman, Laurel Humphrey
CALL TO ORDER: Chair Kruller called the meeting to order at 5:30 p.m.
I. PRESENTATIONS
11. BUSINESS AGENDA
A. Transportation Demand Management Plan Update
Staff updated the Committee on the status of the Transportation Demand Management (TDM)
Plan which is currently being reviewed by City staff and partner agencies. A draft will return to
the Committee in September. The Plan will provide background information on the Program
for future implementers, outline the focus of the current TDM Program, and suggest strategies
for future enhancement. Councilmember Quinn noted that the Implementation and Annual
Review Table is a user-friendly guide to the Plan. DISCUSSION ONLY.
B. Agreement: 2018 Overlay and Repair Program
*Staff is seeking Council approval of a contract with KPG, Inc. in the amount of $113,703.07 for
design of the 2018 Overlay and Repair Program. KPG was selected from three firms due to their
knowledge and understanding of the program. UNANIMOUS APPROVAL. FORWARD TO
AUGUST 21, 2017 REGULAR CONSENT AGENDA.
C. Tukwila Comprehensive Plan: Transportation Element
Staff is seeking Council approval of amendments to the Transportation Element of the
Comprehensive Plan. The update includes current growth data provided by PSRC indicating a
small reduction for projected household growth and a significant reduction in projected
employment. PSRC requested that the City run a revised traffic modeling update reflecting the
updated growth data and the 2031 horizon year. The draft will be before the Planning
Commission on August 24. Staff asked the Committee if they would like to review the draft
again following Planning Commission review, or if it can move forward to the September 11,
2017 Committee of the Whole. The Committee agreed that unless the Commission makes
significant changes to goals and policies the legislation can proceed to the Committee of the
Whole. UNANIMOUS APPROVAL. FORWARD TO SEPTEMBER 11, 2017 COMMITTEE OF THE
WHOLE.
29