Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
COW 2011-08-22 Item 4C - Agreement - 2011 Overlay and Repair Program Construction Management with Anchor QEA LLC for $104,708
COUNCIL AGENDA SYNOPSIS Initials ITEM NO. Meeting Date Prepared by I Mayor' review Council review 08/22/11 09/06/11 i BG i 4.C. ITEM INFORMATION CAS NUMBER: 11-084 STAFF SPONSOR: BOB GIBERSON ORIGINAL AGENDA DATE: 8/22/11 AGENDA ITEM TITLE 2011 Annual Overlay Repair Program Construction Management Agreement with Anchor QEA, LLC CATEGORY ®Discussion ®Motion Resolution E] Ordinance ❑Bid Award E] Public Hearing Other Mtg Date 08122111 Mtg Date 09106111 Mtg Date Mtg Date Mtg Date Mtg Date Mtg Date SPONSOR Council Mayor HR DCD Finance Fire IT P&R Police PW SPONSOR'S This contract is for construction management services for the 2011 Annual Overlay and SUMMARY Repair Program. Five consultant firms were short- listed from the Consultant Works Roster and Anchor QEA was chosen as the most qualified. The street improvements scheduled for 2011 include overlay for three road sections and Fort Dent's parking lot. Council is being asked to approve the contract with Anchor in the amount of $104,708.00. REVIEWED BY COW Mtg. CA &P Cmte F &S Cmte Transportation Cmte Utilities Cmte Arts Comm. Parks Comm. Planning Comm. DATE: 08/15/11 COMMITTEE CHAIR: JOAN HERNANDEZ RECOMMENDATIONS: SPONSOR/ADMIN. Public Works COMMITTEE Unanimous Approval; Forward to Committee of the Whole COST IMPACT FUND SOURCE EXPENDITURE REQUIRI D AMOUNT BUDGETED APPROPRIATION REQUIRED $104,708.00 $150,000.00 $0.00 Fund Source: 104 ARTERIAL STREET FUND (PAGE 16, 2011 CIP) Comments: MTG. DATE 08/22/11 09/06/11 MTG. DATE 08/22/11 09/06/11 RECORD OF COUNCIL ACTION ATTACHMENTS Informational Memorandum dated 8/12/11 Consultant Selection Scoring Sheet Anchor QEA contract with scope of work fee Minutes from the Transportation Committee meeting of 08/15/11 75 76 City of Tukwila TO: FROM: DATE: Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committee Bob Giberson, Public Works Director August 12, 2011 SUBJECT: 2011 Overlav and Repair Program Project No. 91110401 Construction Management Consultant Selection and Agreement ISSUE Execute a contract with Anchor QEA to provide construction management services for the 2011 Overlay and Repair Program. BACKGROUND The City uses the Municipal Research and Services Center (MRSC) Consultant Roster whenever possible in selecting engineering firms to provide necessary services. Five firms were selected which have proven knowledge and expertise in construction management. A Request for Proposal was issued to these firms with general guidelines for their responses. Their proposals were reviewed and ranked based on the relevant criteria for the contract (see attached scoring sheet). Anchor QEA has been selected to provide construction management services for the City's 2011 Overlay and Repair Program. DISCUSSION Anchor QEA has provided a contract, scope of work, and fee estimate to provide lead construction management services for the 2011 Overlay and Repair Program. Additional construction engineering and project management oversight will be provided by KPG, Inc. and City personnel according to the following budget assumptions. Contract Budqet Construction Mgmt Budget (2011) $150,000.00 CM Services Anchor QEA $104,708.00 CE Services KPG 23,846.52 CM City Staff 21,000.00 149.554.52 $150.000.00 RECOMMENDATION The Council is being asked to approve and forward the proposed contract with Anchor QEA in the amount of $104,708.00 for consideration at the August 22, 201 Committee of the Whole meeting and subsequent September 6, 2011 Regular Meeting. Attachments: Consultant Selection Scoring Sheet Contract, Scope of Work and Fee Estimate W:IPW Eng1PROJECT&A- RW 8 RS ProjectsOl 110401 (2011 Overlay and Repair Program)IConstructionW.200 Correspondencel- DRAFTSIinfo Memo Anchor CM OB -12 -11 gl.docx 77 C) o G) w w d r 3 Jlnb e �o 6 «s s k E 4t Q±in 0,6 R ooj g /m u� Cl 0 Lo C14 N C14 tit ElpQ o 0 a r m o 0 2 0 7 Oj d JO E) LIO s ©b k k 6 e s A\ rR Cl U-) a 2 c o ƒ i q ra. CONSULTANT AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred to as "the City and Anchor QEA, LLC, 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 Construction Management services in connection with the project titled 2011 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. Time for Performance. Work under this contract shall commence upon the giving of 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 within 180 calendar days from the date written notice is given to proceed, 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 One Hundred Four Thousand Seven Hundred Eight dollars ($104,708) 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 is 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 state for a period of three (3) years after final payments. Copies shall be made available upon request. 79 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 to be rendered under this Agreement. 7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its officers, agents and employees, from and against any and all claims, losses or liability, including attorney's fees, arising from injury or death to persons or damage to property occasioned by any negligent act, omission or failure of the Consultant, its officers, agents and employees, in performing the work required by this Agreement. With respect to the perform- ance of this Agreement and as to claims against the City, its officers, agents and employees, the Consultant expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the Consultant. This waiver is mutually negotiated by the parties. This paragraph shall not apply to any damage resulting from the sole negligence of the City, its agents and employees. To the extent any of the damages referenced by this paragraph were caused by or resulted from the concurrent negligence of the City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of the Consultant, its officers, agents and employees. 8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance, with a minimum coverage of $500,000 per occurrence and $1,000,000 aggregate for personal, injury; and $500,000 per occurrence/ aggregate for property damage, and professional liability insurance in the amount of $1,000,000 per occurrence and annual aggregrate. Said general liability policy shall name the City of Tukwila as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an inde- pendent 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 2 80 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. 10. Covenant Against Contingent Fees. The Consultant warrants that they have 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 they have 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, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap 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. Attorneys Fees and Costs. In the event either party shall bring suit against the other to enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to recover its costs, including reasonable attorney's fees, incurred in such suit from the losing party. 3 81 16. 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: Anchor QEA, LLC Ed Berschinski 720 Olive Way, Suite 1900 Seattle, Washington 98101 17. Integrated Agreement. 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. This Agreement may be amended only by written instrument signed by both the City and the Consultant. DATED this day of 1 20 CITY OF TUKWILA Jim Haggerton, Mayor CONSULTANT By: v A IL4'L�"�L Printed Name: IA 1 l ec i �b Title: Pr1:A'e J n�,l Attest/Authenticated: Christy O'Flaherty, CMC, City Clerk Approved as to Form: Office of the City Attorney 19 ANCHOR OEA�: Exhibit A City of Tukwila: Construction Management Services 2011 Overlay Program City Project No. 911110401 SPECIFIC SCOPE OF WORK CONSTRUCTION MANAGEMENT SERVICES The following represents the general scope of services to be performed by Anchor QEA, LLC (Anchor QEA) during construction of the City of Tukwila (City) 2011 Overlay Program. The services are divided into different categories of work that represent the chronology of the activities, as well as the types of services provided. This scope is intended to reasonably address the construction related services that would normally be anticipated for a project of this type. The project contract documents indicate a 70 calendar day (approximately 50 working day) construction contract, which will govern assumptions regarding hours for field personnel. Task 1 Pre Construction Services Subtask 1.1 Construction Document Review Scope Obtain from City and become familiar with plans, specifications, property owner agreements, and other existing information pertinent to performance of the work. Hold kick -off meeting for Anchor QEA project team. Subtask 1.2 Pre Construction Meeting Scope Prepare meeting agenda. Conduct and attend pre- construction meeting. Prepare and distribute pre construction meeting minutes. I Subtask 1.3 Submittal Review Scope Log and track contractor submittals (as outlined in specifications). Review contractor submittals for general compliance with contract operational requirements; such submittals will include general requirements (i.e., schedule and wage rates. Technical product submittals (i.e., catalogue cuts, material test reports, and certifications) will be reviewed by the designer (KPG). Submittals will be routed as requested for review by City maintenance staff and/or City /consultant design team, but all recorded on one log. Subtask 1.4 Conditions Review Scope Pre Construction Conditions: Document pre construction conditions, including pre construction site condition surveys, photographs, and record any visible property corners. Task 2 Contract Administration Services Subtask 2.1 Planning Scope Prepare a brief project specific construction management plan that outlines tasks, staff responsibilities, procedures and forms, documentation methods, safety procedures, and communication links. Subtask 2.2 Records Management Scope Documentation: Establish project specific documentation management system for maintaining project records and tracking multiple party review /approval documents. Documents include submittals, Requests for Information (RFIs), change orders, test reports, surveys, meeting minutes, project photographs, and general correspondence. Liaison: Act as City's representative /liaison for daily coordination/communication to contractor, as well as that from other agencies, other contractors (adjacent projects), M site tenants and other third parties that will have access impacted during the course of the project, and the City Police Department regarding traffic control. Correspondence: Conduct telephone correspondence with various parties, and prepare a draft response on behalf of the City to formal project construction correspondence requiring responses. Status Reports: Prepare and transmit monthly invoices and status reports. Status reports to accompany invoices shall include project progress with respect to critical timelines, budget status, and identification of any issues that may affect schedule or budget. Products Project documentation system (files) Tracking logs for correspondence Draft letters Status reports Subtask 2.3 Progress Payments Scope Payment: Prepare payment spreadsheet. Review monthly progress payment requests submitted by the contractor. Provide measurements and verification of progress and submit monthly application for payment to the City for processing. Products Payment spreadsheet with signature page Task 3 Field Observations /Inspections Scope Activities performed by field engineer /technician: Observation: Observe the technical conduct of the contractor's work for quality and compliance with design documents, approved submittals, and/or applicable technical standards. Prepare a daily inspection report and take progress photographs. VJ Interpretations: Provide day -to -day interpretation of contract requirements and respond to contractor's questions including resolution of minor issues. Testing: Perform or cause to be performed sampling and testing of materials to be incorporated into the project. Review compaction testing results performed by testing technician and verify compliance with specifications (for materials testing by subconsultant, see Task 8). All test acceptances will be performed by City personnel. Measurements: Perform or cause to be performed field measurements and collect and tally truck tickets to determine material quantities, verify placement limits, or other measurements to verify pay requests and conformance with project requirements. (Actual survey, if needed, may be done by others, see Task 7). Field Changes: Facilitate minor field changes to circumvent change orders due to variations in field or other unanticipated conditions. Coordinate with design engineer for any changes that may impact project cost or time. (See Task 4). Communications: Maintain primary day -to -day communications with the contractor and keep the construction manager and City representative informed of activities. Receive comment from neighboring property owners and the general public and provide responses for questions and concerns. Check for contractor compliance with requirements for traffic control and notice requirements with City. Participate in weekly project meetings Note: For budgeting purposes, this proposal assumes one full -time equivalent inspector on site for 70- calendar day construction contract duration (50 working days 9 hours /day). An average of one person on site during active contractor working periods means the inspector may not be on site full -time, or if the contractor is working on multiple sites simultaneously during short durations, two people may be on site at the same time. Products Inspection Daily Reports Field sketches and measurements Progress photographs 4 Task 4 Construction Engineering /Change Orders Scope Respond to questions related to site engineering. Evaluate contractor proposed revisions or substitutions. Change Orders: Prepare calculations, drawings, cost estimates, and justification for change orders for approval by the City. This includes coordination with the designer for input regarding design changes. Negotiate change orders with the contractor and incorporate into the project. Note: For this cost estimate we have assumed up to four minor change orders (up to 8 hours per change order). Task 5 Site Visits /Meetings Scope Periodic site visit by construction manager in combination with conducting a weekly coordination meeting with the contractor. Prepare agenda and minutes of meetings including tracking of action items. (Assumes 10 meetings 3 hours /meeting). Task 6 Record Drawings Scope Review mark -up drawings provided by the contractor that include any field changes and final configuration of facilities. Review provided by field inspector in Task 3. Actual CAD drafting of record drawings is assumed to be provided by KPG. Task 7 Surveying Scope Activities: Although none is anticipated, we understand a budget has been established for a licensed surveyor to perform any survey verification (if needed) to confirm any monumentation, questionable property corners, verify grades, or similar services. The survey work will be done by a City- approved survey subconsultant (as needed) under the services during construction performed by KPG. 5 Task S Materials Testing Scope Work on this task will not begin until receipt of City approval of a qualified, independent subcontractor. We are proposing Krazan for these services. Provide tests of materials for compliance with contract requirements for gradation, compaction, etc. (as needed only to verify). Products Test Reports Note: Anchor QEA will review test results for compliance with the project specifications. A budget of $10,000 has been established for this task. EXCLUSIONS Anchor QEA shall assume no responsibility for proper construction techniques and jobsite safety. The presence of Anchor QEA personnel at the construction site is for the purpose of providing the City a greater degree of confidence that the work will generally conform to the Contract Documents and that the integrity of the design concept as reflected in the Contract Documents has been implemented and preserved by the construction contractor. Anchor QEA will endeavor to protect all parties against defects and deficiencies in the work of the contractor(s) but cannot guarantee the contractor's performance and shall not be responsible for construction means, methods, techniques, sequences of procedures, or for safety precautions and programs in connection with the work performed by the construction contractor or any subcontractors. ESTIMATED COSTS A detailed breakdown of labor and cost estimates by task is provided in the accompanying budget spreadsheet. Note that labor hour breakdowns by subtask are included in the spreadsheet. We will track and bill costs at the subtask level. We trust that this proposed scope and cost estimate is sufficient for your needs. If you have any question regarding this scope, please do not hesitate to contact Ed Berschinski at eberschinski aoanchoraea.com or 206 819 -6009. 69 6909 09 69 V) V) 69 69 V) V) V) V) V) 6R� V) 69 69 V) V) W 69 V) 69 69 H 00O C r (n It M U v n N Q) o co W x W LAC, 0 0 0 0 0 M 69 V) 69 69 V) V) 69 69 V) 69 69 V) bo 69 69 V) 0 69 V) V) fA fA L C D m 13 00 00 0 L) cL N Z d V) E9 FA V) 6969 V) di V) V) V) V3 69 x (D O (O O O O r r i r r r r r i r r i r O (D co 0�2 000 M Y M Cf) 0 0 0 O ca co V 00 (O M I to cn CA to C 69 EH V) ffl V) V) 64 fA 69 (9 Vi Vi Efl V) V) (A V) (A Vi V) V) Vi 69 C_ m F r N y 0 0 0 0 0 4) Co fn V) 69 69 V) V) V) V) V) 69 63 V) V) V) V) V) V) w (A 69 V) V) 69 V) co r W m O N N N ca Y la N fa N N y F- F FO 00000 V) V) V) 69 Vi V) 69 69 V) (A 69 to 69 V) V) V) V) V) w V) V) 6s (.9 0) co V N r i r r l oo l O M M y N CD (0 n Fc C00000 M M b9 V) fA d) 6P V) V) 69 V) 64 69 69 V) V) V) 69 V) V) 69 V) 69 V) V) co co V N r p i r i i i i L O (O cD co N N CN n P o u V MOOO� N C O n V) V) V) 69 69 E9 V) V) V) W W 69 69 V) w w 69 69 69 V) V) V) V) 0) CO r i i r(D p CN r r r i i i M co p r r y O O CA N CD r r N m co O LO 0 0 U r- W H E2 N V) V) 69 69 69 69 69 V) V) V) 69 E9 V) V) 69 (A V) w V) V) 69 V) tT O .N a N [0 M r r r p r i r r i i r r m r r i V 0 U O c0 10 O O T N' Y l0 O m N U'. N CA CV OM O (C N u O >Z: �U) m o y Z c r- 0 V) N C 69 69 V) 69 V) V) V) V) V) 69 V) (A W 69 W V) V) V) W 69 69 V) V3 O 0 a'C CF) (D (D N D) (D O N a) m C C w Y r c r (0 t0 N N O N V O I O '3 C N C C� O N N 0 c0 M V r m C O C O,o LL U E Z 0 E V) 69 69 w V) 69 69 V) W 69 (a 69 W V) W W V) 69 64 V) V) V) (7 (n U V) co non no a Z O m 0� .N U a) c Ocq V (O O o o p W N N O co N O? O L O to O O Q d C C O j O V N c0 0 O 0 0 O O O N O VT V4 69 69 V) V' V3 V3 aUEUc N M V c0 U V U C U) ro p .0) V V N N fA N a 4 e Y y Y y ch (n U) �a 7 .l1 0r N ro 0 0 O= Y (0 a la a ro N N N N N to J O c6 N. C Q.�. ma. 7O0 C 0 O ro C G ro h J V ZN O mma NF F 2 0r'Cy .O F- 7 Q N W Q� O W W O 'p d t) d C O t 4) j 0 V) c V W W 'o U a� W O LL ro o N 2 a a War r y y W w Q u 0 mO u E CL E u m U d a a F- �O in ro ar ."omoa) o O O ya' m d m Q J y o m DE 0 cd y ID a O F a pN v (n U rn� n O m� o p W h Z C O� N Cc Q O co rot (0 N f6 t U) U- (D a) r. 00 00 CO 10 000 r 000 OOO O V O O N V O r n M V O N m r to 13i 000 0 0 0 0 O LO N O O Cl) It O R N r N 0 0) N N O (O 0) CD (D N O T ro Cl) N N r o 69 6909 09 69 V) V) 69 69 V) V) V) V) V) 6R� V) 69 69 V) V) W 69 V) 69 69 H 00O C r (n It M U v n N Q) o co W x W LAC, 0 0 0 0 0 M 69 V) 69 69 V) V) 69 69 V) 69 69 V) bo 69 69 V) 0 69 V) V) fA fA L C D m 13 00 00 0 L) cL N Z d V) E9 FA V) 6969 V) di V) V) V) V3 69 x (D O (O O O O r r i r r r r r i r r i r O (D co 0�2 000 M Y M Cf) 0 0 0 O ca co V 00 (O M I to cn CA to C 69 EH V) ffl V) V) 64 fA 69 (9 Vi Vi Efl V) V) (A V) (A Vi V) V) Vi 69 C_ m F r N y 0 0 0 0 0 4) Co fn V) 69 69 V) V) V) V) V) 69 63 V) V) V) V) V) V) w (A 69 V) V) 69 V) co r W m O N N N ca Y la N fa N N y F- F FO 00000 V) V) V) 69 Vi V) 69 69 V) (A 69 to 69 V) V) V) V) V) w V) V) 6s (.9 0) co V N r i r r l oo l O M M y N CD (0 n Fc C00000 M M b9 V) fA d) 6P V) V) 69 V) 64 69 69 V) V) V) 69 V) V) 69 V) 69 V) V) co co V N r p i r i i i i L O (O cD co N N CN n P o u V MOOO� N C O n V) V) V) 69 69 E9 V) V) V) W W 69 69 V) w w 69 69 69 V) V) V) V) 0) CO r i i r(D p CN r r r i i i M co p r r y O O CA N CD r r N m co O LO 0 0 U r- W H E2 N V) V) 69 69 69 69 69 V) V) V) 69 E9 V) V) 69 (A V) w V) V) 69 V) tT O .N a N [0 M r r r p r i r r i i r r m r r i V 0 U O c0 10 O O T N' Y l0 O m N U'. N CA CV OM O (C N u O >Z: �U) m o y Z c r- 0 V) N C 69 69 V) 69 V) V) V) V) V) 69 V) (A W 69 W V) V) V) W 69 69 V) V3 O 0 a'C CF) (D (D N D) (D O N a) m C C w Y r c r (0 t0 N N O N V O I O '3 C N C C� O N N 0 c0 M V r m C O C O,o LL U E Z 0 E V) 69 69 w V) 69 69 V) W 69 (a 69 W V) W W V) 69 64 V) V) V) (7 (n U V) co non no a Z O m 0� .N U a) c Ocq V (O O o o p W N N O co N O? O L O to O O Q d C C O j O V N c0 0 O 0 0 O O O N O VT V4 69 69 V) V' V3 V3 aUEUc N M V c0 U V U C U) ro p .0) V V N N fA N a 4 e Y y Y y ch (n U) �a 7 .l1 0r N ro 0 0 O= Y (0 a la a ro N N N N N to J O c6 N. C Q.�. ma. 7O0 C 0 O ro C G ro h J V ZN O mma NF F 2 0r'Cy .O F- 7 Q N W Q� O W W O 'p d t) d C O t 4) j 0 V) c V W W 'o U a� W O LL ro o N 2 a a War r y y W w Q u 0 mO u E CL E u m U d a a F- �O in ro ar ."omoa) o O O ya' m d m Q J y o m DE 0 cd y ID a O F a pN v (n U rn� n O m� o p W h Z C O� N Cc Q O co rot (0 N f6 t U) U- TRANSPORTATION COMMITTEE Meeting Minutes August 15, 2011 S: 00 p. m. Conference Room I City of Tukwila Transportation Committee PRESENT Councilmembers: Joan Hernandez, Chair; Joe Duffie and Verna Seal Staff: Bob Giberson, Frank Iriarte, Robin Tischmak, Cyndy Knighton, Peter Lau, Jack Pace, Derek Speck, Shawn Hunstock, Gail Labanara and Kimberly Matej CALL TO ORDER: The meeting was called to order at 5:02 p.m. I. PRESENTATIONS No presentations. II. BUSINESS AGENDA A. Grant Ammlications: 2011 Transportation Improvement Board Funding Programs Staff is seeking Committee approval to submit two projects /grant applications to the Washington State Transportation Improvement Board (TIB) 2011 Funding Program. Upon approval, staff will submit applications for the Capital Improvement Projects (CIP) listed below: Andover Park West Tukwila Parkway to Strander Boulevard Interurban Avenue South— South 143` Street to Fort Dent Way If awarded, funding will require a minimum 20% match. Fund recipients are expected to be announced in November. UNANIMOUS APPROVAL. SUBMIT GRANT APPLICATIONS. B. 2011 Overlav and Repair Program Construction Management: Consultant Selection and Agreement Staff is seeking full Council approval to enter into a contract with Anchor QEA, LLC in the amount of $104,708 for construction management services for the 2011 Overlay Program. Anchor QEA was identified as the best selection of five firms considered from the Municipal Research and Services Center (MRSC) consultant roster. The 2011 Program will provide roadway and overlay repairs at four locations, including one additive item (see Transportation Committee minutes dated June 20, 2011). The City has $150,000 budgeted for construction management services for the 2011 Overlay Program. Current construction management contracts total $149,554.52 UNANIMOUS APPROVAL. FORWARD TO AUGUST 22 COW FOR DISCUSSION. C. Tukwila Urban Center (TUC) Pedestrian/Bicvcle Bridge: Tvme, Size and Location Studv As an information only item, staff reviewed the processes to date that have resulted in the draft Type, Size and Location (TSL) Report for the TUC Pedestrian/Bicycle Bridge_ This project is being reintroduced to the Committee and Council due to two recently received grants totaling over $1.2 million that will fund completion of the bridge design. Staff highlighted the project history which initially began with the 1995 Comprehensive Plan Urban Center Goals, and a preview of the draft Type, Size and Location Report (see staff distributed PowerPoint attached to Committee minutes). Staff will distribute the TSL Report to Committee members next week, and will return to the Committee on September 6 to discuss this project further. In addition to seeking Committee direction on next steps after reviewing the TSL Report, staff will ask the Committee if they would like this item to go forward to a COW. 91 92