Loading...
HomeMy WebLinkAboutReg 2018-11-05 Item 4F - Agreement - 2019 Overlay and Repair Program Design with KPG Inc for $156,172COUNCIL AGENDA SYNOPSIS IpzjtiaIs MeetingDate Prepared by Mayor's review Council review 11/05/18HH ildi ITE NFORMATION ITEM No. 4.F. STAFF SPONSOR: HENRY HASH ORIGINAL AGENDA DATE: 3. /OS 8 AGENDA Jumi TITLE 2019 Annual Overlay & Repair Program Design Consultant Agreement with KPG, Inc. CATEGORY LI Dircwssion Mtg Date 0 Motion Date 11/05/18 Ej Resolution Mtg Date El Ordinance Mtg Date El BidAward Mg Date El Public Hearing Mtg Date El Other Mtg Date Mtg SPONSOR •Council LjMajor EHR •DCD UFiname LjFzre DTS OP&R EjPolue DPW ECourt SPONSOR'S This contract is for design of the 2019 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 2019 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 2019. Council is being asked to approve the design contract with KPG, Inc. in the amount of $156,172.00. REVIEWED BY El C.O.W. Mtg J CDN Comm [1] Finance Comm. El Public Safety Comm. Arts Comm. El Parks Comm. El Planning Comm. COMMITTEE CHAIR: THOMAS MCLEOD Trans &Infrastructure DA I E: 10/22/18 RECOMMENDATIONS: SPONSOR/ADMIN. COMMI1TEE Public Works Department Unanimous Approval; Forward to Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $156,172.00 $175,000.00 $ Fund Source: 104 ARTERIAL STREET FUND Comments: (page 16, Proposed 2019 CIP) MTG. DATE RECORD OF COUNCIL ACTION 11/05/18 MTG. DATE ATTACHMENTS 11105/18Informational Memorandum dated 10/19/18 Consultant Selection Scoring Matrix Page 16, Proposed 2019 CIP Vicinity Map KPG Contract, Scope of Work, and Fee Minutes from the Transportation and Infrastructure Committee 10/22/18 47 48 City of Tukwila Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director BY: CC: Scott Bates, Traffic Engineering Coordinator Mayor Ekberg DATE: October 19, zoie) SUBJECT: 2019 Overlay and Repair Program Project No. 91910401 Design Consultant Selection and Agreement Allan Ekberg, Mayor ISSUE Execute a contract with KPG, Inc. (KPG) to provide design services for he 2019 Overlay and Repair Program. BACKGROUND Three engineering firms were evaluated from the MRSC Consultant Roster to provide design services for the 2019 Overlay and Repair Program (see attached scoring & selection matrix). All of the firms offer baseline qualifications, however KPG provides a unique blend of knowledge and understanding of the City's overlay program that provides efficiency and benefits which cannot be matched at this time by any other firm. KPG has also performed very well providing construction management services. DISCUSSION KPG has provided a contract, scope of work, and fee estimate to complete design of the 2019 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, 2019, should provide a more favorable bidding climate. Preliminary Locations in Design Contract See attached vicinity map. FISCAL IMPACT 2019 Design Contract KPG Contract $156,172.00 2019 Design Budget $175,000.00 RECOMMENDATION Council is being asked to approve the design contract with KPG, Inc. for the 2019 Overlay and Repair Program in the amount of $156,172.00 and consider this item on the Consent Agenda at the November 5, 2018 Regular Meeting. ATTACHMENTS • Consultant Selection Scoring Matrix • Page 16, Proposed 2019 CIP • Vicinity Map • Consultant Agreement, Scope of Work and Fee Estimate WAPW Eng1PROJECTSVX RW & RS ProjestsVinnual Overlay & Repair Pregrams12019 Overlay & Repair Program (91910401)1Design1Design Consultan1 Selecgon12019 Overlay To TIC9n1oMerne Overlay 2019 Design 101918.docx 49 50 2019 Overlay Program Consultant Selection Matrix 2019 Overlay Prograrn — Con Services ac for Design Paving Project Design and Construction Management Experience with the City. Knowledge of FHWA, State, and Tukwila Standards and Procedures Environmental Experience Experience with Similar Projects. Traffic Control Design Expertise. Experienced Design Project Manager. Small Scale Project Experience. Utilities Coordination Experience. Storm water, Drainage, and Detention Design. Public Outreach Experience. Survey Crew In -House, TOTALS For each category, highest score is 5 (with the lowest or worst score 1) Consultant with the highest score is ranked the best. Staff: Dave Sorensen Selection Date: 7/3/18 Selected Consultant: KPG, Inc. Parametrix 0 3 5 4 5 5 3 4 4 4 4 4 2 5 4 4 4 3 3 4 5 5 5 5 4 4 4 5 5 4 4 50 Selection Justification: The selected firm has demonstrated relevant pavement overlay design experience on multiple past federal and locally funded paving projects including the City overlay program. KPG has provided excellent design construction management results an City drainage projects as well. They have exceptional familiarity with City Public Works systems, WSDOT and FHWA standards, Based on overall score KPG prevailed. Consultants percieved ablility to perform CM services was also reviewed since the design contract could be extended to include those services as well. 51 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: Annual Overlay and Repair Program Project No, 9xx10401 DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets. JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects. STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay. MAINT. IMPACT: Reduces annual maintenance. COMMENT: Ongoing project. Only one year actuals shown in first column. FINANCIAL in $000's 2017 2018 2019 2020 2021 2022 2023 2024 BEYOND TOTAL EXPENSES Design Land (R/W) Const. Mgmt. Construction TOTAL EXPENSES FUND SOURCES Awarded Grant Proposed Grant Mitigation Actual Mitigation Expected City Oper. Revenue TOTAL SOURCES Through Estimated 149 151 526 826 826 826 150 200 1,050 1,400 1,400 1,400 150 200 1,050 1,400 1,400 1,400 1,400 1,400 150 200 1,050 1,400 1,400 1,400 150 200 1,050 1,400 1,400 1,400 150 200 1,050 1,400 1,400 1,400 150 200 1,050 1,400 1,400 1,400 150 200 1,050 1,400 1,400 1,400 1,349 0 1,751 8,926 12,026 0 0 0 0 12,026 12,026 52 2019 - 2024 Capital Improvement Program 16 R►JNIER GOLF & COUNTRY CLUB City of Tukwila 2019 Overlay Program Arterial Street Candidates Residential Street Candidates 53 54 City of Tukwila 6200 Southcenter Boulevard, Tukwila V'A 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. I , Project Designation. The Consultant is retained by the City to perform engineering services in connection with the project titled '2019 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, 2019, 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 At, eement no later than August 31, 2019 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 $156,172.00 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. 55 Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered underthis Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and. damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 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 56 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 IS© 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. 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 57 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, comtnission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract, For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee, 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 1 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 58 Page 4 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 th KPG 3131 Elliott Avenue, Suite 400 Seattle, WA 98121 olio ing address: 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultantand 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 Mayor, Allan Ekberg day of , 2019. CONSULTANT By: Printed Na 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 59 60 EXHIBIT A City of Tukwila 2019 Overlay Program Scope of Work September 25, 2018 The Consultant shall prepare final Plans, Specifications and Estimates for the 2019 Overlay Program. Specific projects will be determined from the following list of candidate streets: o E Marginal Way Norfolk to end of new pavement o S 200th Street Orillia Road to Southcenter Parkway • S 128th Street Military Road to approx. 650' East o 51st Avenue S S 137th Street to S 138th Street o S 137th Street Macadam Road to 43rd Avenue S a 52r°d Avenue S Interurban to S 51st Street o 55th Avenue S S 144th Street to S 140th Street Project base maps for S 128th Street and 51 st Avenue S were substantially completed in 2018 with additional detail required for channelization and ADA compliance. The Consultant shall provide all necessary field reviews, base mapping, and utility notification required to complete final bid documents for the 2019 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 2019 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 an available budget and other considerations. Detailed estimates will be prepared at the 50% design to verify the final project list to be included in the 2019 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. 20I9 Overlay Program Page 1 of 4 September 2018 61 Assumptions for the 2019 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. Environmental Documentation will not be required. Deliverables 59%© review submittal with Plans and Estimate (6 copies) 90% review submittal with Plans, Specifications, and Estimate (6 copies) Routing of 50%© and 90% Plans to utilities for review and comment. Bid Documents and Engineer's Estimate for 2019 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. Draft and final .pdf of Pavement Management Plan update SCOPE OF WORK TASK 1 — 2019 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 QNQC reviews by senior in- house staff of all deliverables prior to submittal to the City. 1.2The Consultant shall field review base maps that were prepared in 2018 for accuracy. The Consultant shall prepare base reaps for all other project locations using field measurements, available record drawings, and/or ortho-photography. Topographic survey will be utilized only at ADA ramp locations where field conditions require it to meet ADA compliance City of Tukwila KPG, Inc. 2019 Overlay Program Page 2 of 4 September 2018 62 1.3The Consultant shall prepare 50%, 90%, and final Plans for the proposed improvements including the following: Plans shall be prepared with such provisions in such detail as to permit field layout and construction within a degree of accuracy acceptable to the City and per industry standards. It is assumed there will be approximately thirty (30) plan sheets at 1 "= 20' scale full size (22" X 34"), 1"=40' at reduced scale (11" X 17"). Typical sections and details will be prepared for items not available as standard details from the City, State, or WSDOT standard drawings. Plans will identify curb ramp replacement limits and pedestrian push button modifications in accordance with ADA requirements. The plans shall illustrate complete details of construction of the proposed improvements including limits of construction and removals, utility adjustments, surfacing depths and details, and applicable channelization and signing for the segments selected for final design. Plans and specifications will include required criteria for traffic control plans and pedestrian traffic control during construction. Criteria will be developed in collaboration with the City. The Consultant shall perform site walkthroughs with the City maintenance staff to determine extent of roadway improvements f resurfacing (Estimate 2 meetings) and to prioritize candidate streets within the available budget. Pavement sections will be determined through consultation with the City's maintenance staff and previous experience. No geotechnical investigations are anticipated. 1.4The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction Cost for each review submittal and the Bid Documents. Projects will be prioritized in collaboration with the City following the 50% Submittal to determine final project segments.. 1.5The Consultant shall prepare the Contract Specification per 2018 WSDOT Standard Specifications for the 90% Review Submittal and the Bid Documents. 1.6The Consultant shall distribute 50% and 90% review submittals to franchise utility owners for adjustments within the Project limits. 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, 2019 Overlay Program Page 3 of 4 September 2018 63 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 2019 overlay program. Limits of repairs will be determined in collaboration with the City to achieve an approximate $100,000 construction budget. TASK 3 — PAVEMENT MANAGEMENT PLAN UPDATE 3.1 The Consultant shall provide necessary management and coordination to Didrik Voss, PE for update of the City's pavement management program. Work shall include rating of all street segments within the City of Tukwila, update of data files in pavement management software, and data analysis. Didrik Voss will prepare a draft and final report containing recommendations for appropriate funding levels for ongoing maintenance of the roadway system, City of Tukwila KPG, Inc. 2019 Overlay Program Page 4 of 4 September 2018 64 EXHIBIT B PRIME CONSULTANT COST COMPUTATIONS City of Tukw0a 2019 Overlay Program September, 2018 Task No. Task Description Task 1 - Pro,' oot M8nagoment 1,2 P--.._e 1,3 1.4 1,5 1,0 pare sa%, 90%, end Final Mars - Coal Estimates (50%, 90%, F1naf) Spapecariona roordnasan 1,7 Project adverb -wawa and Award Task 2-Fort D Parking/Access Re;. PrindPai 4 Task Total 24 4 Task 3 - Pavement t anaSerreent Program Update 2 4 4 4 4 16 8 156 Labor Hour Estimate 40 40 32 32 4 18a 76 24 4 12 4 16 242 40 40 lnterdisC&plin Il Total Hours and Labor Foe Estimate by Task Hours 44 5 36 618 $ 4 60 Be Flea S 10580 Task Tatar, 4 Total Labor Hours and Fee': 32 70 16 240 Subconsultanta Reimbursable Direct Non -Salary Costs 80 24 250 40 40 Paverrant Engineers {F M update] Trento Central Total Subeons6llant Eapanaa Margo star/runt ii0S rate E Total Est1mated audoet' 12 $ 136,672 500.00 2,00000 FEE ESTIMATE 9/2512016 66 Transportation & Infrastructure Committee Minutes..........................................„...,...,..,...,...,..,.,,...,.,.,.,...October22, 2018. C. Contract: 2019 Overlay & Re air Pro tarn Staff is seeking Council approval of a contract with KPG, Inc. in the amount of $156,172.00 for design of the 2019.Overlay and Repair Program. Committee members and staff discussed that design contracts differ from construction contracts in that they do not have to be bid, Cities can choose the best qualified designer for a project and KPG was selected due to their qualifications and experience with Tukwila. UNANIMOUS APPROVAL. FORWARD TO NOVEMBER 5, 2018 REGULAR CONSENT AGENDA. D. Resolution: 2019 Legislative Agenda Staff is seeking Council approval of a resolution that would adopt a legislative agenda for use in Olympia during the next session. The Legislative Agenda provides direction to staff on policy positions. Tukwila's state lobbyist, Jennifer Ziegler, has notified the City she is going to discontinue service and staff will return with a proposal for a replacement. The draft Agenda includes relevant additions and deletions including reference to the Allentown Bridge, reestablishing the Streamlined Sates Tax Mitigation payments, and changing the day fate for inmates to ensure equitable reimbursements to facilities like SCORE. Councilmember Quinn suggested adding language referencing the efforts of the Streamlined Sales Tax mitigation tax force. Staff will prepare an amendment for the Committee of the Whole. UNANIMOUS APPROVAL. FORWARD TO NOVEBMER 13, 2018 COMMITTEE OF THE WHOLE. E. Inteelocal Agreement:: SeaTac International Airport Impact Study Staff is seeking Council approval of an interlocal agreement with SeaTac, Normandy Park, Burien, Federal Way, and Des Moines that outlines the local matching funds for the Sea-Tac Airport Impact Study as required in the State's budget proviso. The City Council previously approved Tukwila's share of $14,445.61. Since the last briefing, the Department of Commerce has changed the format of the regular meetings of the six cities to include one community representative from each and for the meetings to be open to the public. Tukwila's representative will be former Mayor Jim Haggerton. UNANIMOUS APPROVAL. FORWARD TO NOVEMBER 5, 2018 REGULAR CONSENT AGENDA. II. SCATBd/RTC. III. MISCELLANEOUS Councilmembers and staff discussed the project summary included in the packet as well as the October 21, 2018.water main break on Andover Park East. The Transportation Committee Meeting adjourned at 6:44 p.m. Committee Chair Approval nutesbyLH 67